Custodial & Related Services at Edward R. Roybal Federal Building & US Courthouse
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: Apr 29, 2022 09:11 am PDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: May 25, 2022
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Los Angeles , CA 90012USA
Description
This acquisition shall be conducted using the policies and procedures in the Federal Acquisition Regulation (FAR) Federal Acquisition Regulation (FAR) 12 - Acquisition of Commercial Items in conjunction with FAR 13 – Simplified Acquisition.
This requirement is to provide custodial, grounds and related services at Edward J. Roybal Federal Building U.S. Courthouse (CA0283CC) located at 255 East Temple Street, Los Angeles, CA 90012.
The Contractor shall provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and shall plan, schedule, coordinate and assure effective performance of custodial and related services as described in the Performance Based Statement Of Work (PBSOW).
The contract term will be a one (1) year base with four (4) one (1) year options and additional services (reimbursable) for the base and options. An unilateral Option to Extend services for a period not-to-exceed 6 months will also be included.
To be eligible for award, Offerors must meet the minimum technical requirements as required by Sections L and M.
An award will be made to the quoter whose quotation is determined to be the best value to the Government. FAR 2.101 defines “best value” as the “expected outcome of an acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement”. For this procurement, the Government will consider a quotation to be the best value if it meets all of the requirements of each technical evaluation criteria factor (non-price) and is the lowest quote (base + option years). For each technical evaluation criteria, the contractor will be evaluated on a Meets or Does Not Meets basis.
The Government intends to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract without further communicating with contractors after the receipt of quotes. Consequently, contractors are highly encouraged to submit an initial quote with their best terms from a price and technical (non-price) perspective. However, the Government reserves the right to communicate and/or conduct exchanges with any or all contractors submitting a price and technical quote if it is determined advantageous to the Government to do so. This statement is not to be construed to mean that the Government is obligated to communicate with every quoter (note that FAR Part 14 and/or 15 procedures do not apply per FAR 13.106-2(b), therefore formal discussions are not applicable). A contractor may be eliminated from consideration without further communication if its technical and/or pricing quotes are not among those quotes considered most advantageous to the Government based on the best value determination as defined in the previous paragraph in this section.
Contact Information
Primary Point of Contact
- Sarah Connor
- sarah.connor@gsa.gov