Wisconsin Bids > Bid Detail

Non-Personal Janitorial Services for NOAA NWS at Dousman, WI

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159335963236295
Posted Date: Dec 5, 2022
Due Date: Dec 5, 2022
Solicitation No: NW-WR9965-23-00031MWH
Source: https://sam.gov/opp/1b0eaedf9a...
Follow
Non-Personal Janitorial Services for NOAA NWS at Dousman, WI
Active
Contract Opportunity
Notice ID
NW-WR9965-23-00031MWH
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 04, 2022 11:54 pm EST
  • Original Published Date: Nov 08, 2022 04:22 pm EST
  • Updated Date Offers Due: Dec 05, 2022 12:00 pm EST
  • Original Date Offers Due: Nov 18, 2022 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 20, 2022
  • Original Inactive Date: Dec 03, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Dousman , WI 53118
    USA
Description View Changes

Modification 1:



The purpose of this modification is to notate a correction on SF18 Form - to show as a small business set aside and to extend the posting to 12/5/2022 12:00 p.m. MT.



**********************************



This is a total small business set aside.



Please review all attached documentation for complete details.



Reference 52.212-2 for the evaluaton criteria.





(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.





(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NW-WR9965-23-00031MWH.





(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 (OCT 2022) (Deviation 2022-02)(NOV 2021)





(IV) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 561720. The small business size standard is $19.5M.





(V) This combined solicitation/synopsis is for purchase of the following commercial services:



Janitorial Services for base and four option years at the NOAA National Weather Service Milwaukee/Sullivan Forecast Office at Dousman, WI 53118-9409.





Scope: Reference the Scope of Work for details.



The contractor shall provide all personnel, tools, equipment, materials and supervision for the duties required to clean the Weather Forecast Office as described in this statement of work. The facility has 4,805 square feet of cleanable space (75% carpet, 25% tile), 26 windows and 23 employees. The materials and supplies shall be properly stored in the area designated by the Government Contact Point (GCP).





The contractor shall be responsible for satisfactorily managing and performing programs for cleaning as specified herein including monthly spot checks of work performed. The contractor shall furnish commercial grade supplies (to include: toilet paper, paper towels, liquid soaps, garbage bags, trash can liners, cleaning solutions, etc.) materials, equipment, and tools.





Line Item 0001 – Base Year; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NOAA NWS WFO in Dousman, WI, in accordance with the Statement of Work for the period of twelve months.





Line Item 1001 – Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NOAA NWS WFO in Dousman, WI, in accordance with the Statement of Work for the period of twelve months.





Line Item 2001 – Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NOAA NWS WFO in Dousman, WI, in accordance with the Statement of Work for the period of twelve months.





Line Item 3001 – Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NOAA NWS WFO in Dousman, WI, in accordance with the Statement of Work for the period of twelve months.





Line Item 4001 – Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NOAA NWS WFO in Dousman, WI, in accordance with the Statement of Work for the period of twelve months.





(VI) Description of requirements is as follows:



See attached Statement of Work which applies to the Base Year and all Option Years 1, and Department of Labor Wage Rates: WD #2015-4899, Revision No. 19, dated 06/27/2022, which can be found on: https://sam.gov/content/wage-determinations





(VII) Date(s) and place(s) of delivery and acceptance at NOAA National Weather Service, Milwaukee/uivan Forecast Office, N3533 Hardscrabble Road, Dousman WI 53118-9409.





Period of performance shall be:



Base Year for a twelve month period 01/01/2023 through 12/31/2023.



Option Period 1 for a twelve month period 01/01/2024 through 12/31/2024.



Option Period 2 for a twelve month period 01/01/2025 through 12/31/2025.



Option Period 3 for a twelve month period 01/01/2026 through 12/31/2026.



Option Period 4 for a twelve month period 01/01/2027 through 12/31/2027.





(VIII) FAR 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), applies to this acquisition.





NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.



1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to Marilyn Herrera at Marilyn.Herrera@noaa.gov.



2. Contractor shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote.



3. Provide all evaluation criteria in accordance with FAR 52.212-2 in this package. Vendors who do not provide all evaluation criteria will not be accepted (remove this sentence if you are not going to get all items required in 52.212-2).



4. Quote shall include at least two references for similar services including the phone number, full address, and e-mail address. References will be checked. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services





(IX) FAR 52.212-2, EVALUATION- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES



(NOV 2021), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors listed are more important than price. Paragraph (a) is hereby completed as follows: Evaluation will be based on;




  1. Technical Approach and Capability.

    1. The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. Provide a detailed description of the company’s experience performing similar services.

    2. The offeror shall have at least 5 years of janitorial management experience.



  2. Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Quote shall include at least two references for similar services including the phone number, full address, and e-mail address.

  3. Price





The Government intends to award a trade-off, technically acceptable, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of provision)


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1,
  • SEATTLE , WA 98115
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >