Janitorial Services - Stillwater OK
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Nov 29, 2023 03:17 pm MST
- Original Published Date: Nov 13, 2023 03:14 pm MST
- Updated Date Offers Due: Dec 04, 2023 10:00 am MST
- Original Date Offers Due: Nov 27, 2023 05:00 pm MST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Dec 19, 2023
- Original Inactive Date: Dec 12, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
- NAICS Code:
- 561720 - Janitorial Services
- Place of Performance: Stillwater , OK 74075USA
Description
11/29/2023 - Extended RFQ close date to 04DEC23 at 10AM MST.
Question Responses:
Previous Contract Number: 12805B19P0075
Ratio of floor type coverage by building:
• ARS-17 / Main Building
Tile – 80%
Carpeting – 14%
Terrazzo – 6%
• ARS-28 / Bio-Control
Tile – 3%
Carpeting – 73%
Epoxy Coated floor - 24%
• ARS-18 / Headhouse Bathrooms Tile Floor – 100%
11/24/2023 - Extended RFQ close date to 30NOV23 at 10AM MST.
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 12805B24Q0023 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-06. The associated NAICS Code is 561720 size standard $22M.
The USDA, Agricultural Research Service, PA PEANUT AND SMALL GRAINS RESEARCH LABORATORY requires Janitorial Services. See Attachments 001 through 004 for more detail. The Government intends to award a firm fixed price purchase order.
The requirements are further detailed in the attached clauses and provisions document.
The DELIVERY ADDRESS is:
PA PEANUT AND SMALL GRAINS RESEARCH
1301 N WESTERN ROAD
STILLWATER OK 74075
DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by submitting the below:
1. Transmittal Summary Letter. A summary cover letter (can be text body of quote email) to provide at a minimum:
1.1 Offeror generated Quote Reference Number, Quote Expiration Date, Business Entity Name, ueiSAM Number, and Quote Point of Contact (name and email address.)
1.2 Statement confirming active SAM.gov registration and completion of FAR 52.204-24 representations. Example Statement: “[insert company name] is SAM.gov registration active and has electronically completed FAR 52.204-24 representations.”
1.3 Statement confirming compliance with the clause at AGAR 452.228-71 Insurance Coverage, see clause section above. Example Statement: “[insert company name] can present evidence to show, as a minimum, the amounts of insurance coverage indicated by the clause at AGAR 452.228-71 Insurance Coverage.”
1.4 No background check information is required as part of the solicitation process.
2. Quote Pricing Document. Document shall provide pricing breakout in accordance with the CLIN structure and items requested, as detailed in Attachment 006. “Attachment 006 Quote Pricing Document 12805B24Q0023.xlsx” shall be used to provide pricing submission. All options must be priced. No further pricing breakdown is required.
Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov).
FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document. Additionally, other contract requirements and terms/conditions can be located in the same document.
The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quote represents the Lowest Price Technically Available. The full evaluation of offers details is provided in the attached clauses and provisions document.
**Site Visit attendance is required, and a deadline exists for registration. See Attachment 007.**
All sources wishing to quote shall furnish a quotation by the time and dated noted in the General Information, “Date offers Due” section above. Quotations are to be sent via email to Christopher Turner at christopher.c.turner@usda.gov.
Failure to provide the required information in the requested format may result in quotes not being considered for award.
Attached Provisions/Clauses apply to this RFQ and any subsequent award.
Attachments/Links
Contact Information
Contracting Office Address
- 2150 CENTRE AVENUE BLDG D, SUITE 300
- FORT COLLINS , CO 80526
- USA
Primary Point of Contact
- Christopher Turner
- christopher.c.turner@usda.gov
Secondary Point of Contact
History
- Dec 26, 2023 09:55 pm MSTAward Notice (Original)
- Dec 19, 2023 09:55 pm MSTSolicitation (Updated)
- Nov 29, 2023 03:11 pm MSTSolicitation (Updated)
- Nov 24, 2023 10:34 am MSTSolicitation (Updated)
- Nov 13, 2023 03:14 pm MSTSolicitation (Original)