Custodial Services - Fort Devens, MA
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jan 17, 2024 01:23 pm EST
- Original Published Date: Dec 28, 2023 08:15 pm EST
- Updated Date Offers Due: Jan 31, 2024 12:00 pm EST
- Original Date Offers Due: Jan 18, 2024 12:00 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 15, 2024
- Original Inactive Date: Feb 02, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
- NAICS Code:
- 561720 - Janitorial Services
- Place of Performance: , MA 01434USA
Description
This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR
Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This
announcement constitues the only solicitation; proposals are being requested and a written solicitation will
not be issued.
1. The purpose of this solicitation is for the procurement Custodial Services in support of the Directorate of
Public Works (DPW), United States Army Garrison (USAG) Fort Devens, MA 01434-4429. The contractor
shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other services
necessary to provide cusotdial services at various locations on Fort Devens, Massachusetts. All work shall
be performed in accordance with (IAW) the Performance Work Statement (PWS).
2. The Government intends to enter into a Firm Fixed Price (FFP) contract, 100% Total Small Business Set
Aside contract. The estimated Period of Performance (PoP) for this effort shall be a 1-month Phase-In
period with an 11-month base period and one 12-month option period from the date of the contract award.
3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to
receive Department of Defense contract awards. If you need to register in SAM, please visit
https://www.SAM.gov.
4. See Federal Acquisition Regulation (FAR) Clause 523212-1 “Instructions to Offerors—Commericial
Items” and FAR 52.212-1, Addendum for additional information.
5. See FAR clause 52.212-2 “Evaluation—Commercial Items” and FAR 52.212-2 Addemdum for additional
information and for evaluation criteria.
6. This is an Total Small Business Set-Aside in accordance with FAR Subpart 13.5 “Simplified Procedures
for Certain Commercial Products and Services”.
A Site Visit is STRONGLY RECOMMENDED and is available on 9 JANUARY 2024 from 0900 to
1500 EST. Interested parties shall all attendees intent on attending the site visit to complete a installation
access form
(https://home.army.mil/devens/application/files/4316/8452/8342/Devens_Visitors_Pass_Request_Upated_4
_APR_2023.pdf) and email to the Contract Specialist at mitchell.e.douglas.civ@army.mil and the Site
Visit Point of Contact; Stephen Dakin at stephen.c.dakin.civ@army.mil no later than 4:00PM EST on
THURSDAY, 4 JANUARY 2023. Visitor’s must have a valid driver’s license and car registration. In no
event shall failure to inspect the sire constitue grounds for a claim after contract award.
7. All questions regarding this solicitation shall be issued via email no later than 12:00PM EST, 11
JANUARY 2024 to the Contract Specialist at mitchell.e.douglas.civ@army.mil and the Contracting Officer
at jasmyne.c.peterson.civ@army.mil.
8. COMPLETING A QUOTE FOR SUBMITTAL:
a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email
to the Contract Specialist at mitchell.e.douglas.civ@army.mil and the Contracting Officer
jasmyne.c.peterson.civ@army.mil.
b. The Offeror shall provide the name, title, address, email address and telephone number of the
company/division point of contact regarding business decisions made with respect to the proposal
and who can contractually obligate the company.
c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) for the base
period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation .
The Government maintains a tax-exempt status. The proposed price shall include all personnel,
supplies, services, management, overhead, other direct costs, G&A, and profit to fulfill the
contractual requirements of the Performance Work Statement. The Government may request the
Offeror to provide other than certified cost or pricing data to assist in determining a fair and
reasonable price IAW FAR 15.403-3.
d. The Offerors shall submit a signed SF1449 (pg.1, Block 30a. Signature of Offeror/Contractor).
The Offeror is required tocomplete blocks 12, 17, 30a, 30b and 30c of the SF1449/ In doing so,
the Offeror accedes to the contract terms and conditions as written in the solicitation.
e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of
QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in
the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY.
If the Offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the
AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.
f. The Offeror shall provde proof of VALID Certificate of Insurance IAW FAR 52.228-5 “Insurance
–Work on a Government Installation” and “Required Insurance”.
g. The Offeror shall complete attachment, Standard Form LLL, “Disclosure of Lobbying Activities”
if applicable.
9. All services shall be performed IAW the Performance Work Statement (PWS).
10. All offers shall remain valid for 120 calendar days.
11. Attachment(s):
Attachment 0001 – PWS Custodial Services (Base) Devens
__________AMENDMENT 0001__________
The purpose of solicitation Amendment 0001 is to update the "Instructions to Offerors" and extend the response time to this solicitation.
Please ensure that upon submission of your final proposal that a signed copy of any/all amendments by completing items 8 and 15 on the SF30, are included along with all other requested information as described in the solicitation “Instruction to Offerors” and “Addendum to Clause 52.212-2: Evaluation Criteria”.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
- PICATINNY ARSENAL , NJ 07806-5000
- USA
Primary Point of Contact
- Mitchell E Douglas
- mitchell.e.douglas.civ@army.mil
Secondary Point of Contact
- Jasmyne Peterson, Contracting Officer
- Jasmyne.C.Peterson.civ@army.mil
History
- Feb 22, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 17, 2024 01:23 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 12, 2024 11:55 pm ESTPresolicitation (Original)
- Dec 28, 2023 08:15 pm ESTCombined Synopsis/Solicitation (Original)