Janitorial Services for the USDA, ARS in Adams, OR
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 (Original)
- Original Published Date: May 22, 2024 11:34 am EDT
- Original Date Offers Due: Jun 07, 2024 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 22, 2024
- Initiative:
- None
Classification
- Original Set Aside: SBA Certified Economically Disadvantaged WOSB (EDWOSB) Program Set-Aside (FAR 19.15)
- Product Service Code: S299 - HOUSEKEEPING- OTHER
- NAICS Code:
- 561720 - Janitorial Services
- Place of Performance: Adams , OR 97810USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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 12905B24Q0098 and is issued as a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-04 effective May 1, 2024. Service Contract Labor Standards Wage Determination Number 2015-5589 Revision 24 Effective 12/23/2024 for Umatilla county, OR is applicable and is attached.
This solicitation is issued as a small business set aside for Economically Disadvantaged Women-Owned Small Business Concerns. The associated NAICS code is 561720 the small business size standard is $22,000,000.00.
List CLINS, item descriptions, quantities and units of measure:
CLIN 0001 Janitorial Service Contract for weekly, monthly, bi-annually, and annual cleaning of offices, bathrooms and other buildings per SOW. Base year Period of Performance: July 1, 2024-June 30, 2025.
CLIN 1001 Janitorial Service Contract for weekly, monthly, bi-annually, and annual cleaning of offices, bathrooms and other buildings per SOW. Option Year 1 Period of Performance: July 1, 2025 - June 30, 2026.
CLIN 2001 Janitorial Service Contract for weekly, monthly, bi-annually, and annual cleaning of offices, bathrooms and other buildings per SOW. Option Year 2 Period of Performance: July 1, 2026 - June 30, 2027.
CLIN 3001 Janitorial Service Contract for weekly, monthly, bi-annually, and annual cleaning of offices, bathrooms and other buildings per SOW. Option Year 3 Period of Performance: July 1, 2027 - June 30, 2028.
CLIN 4001 Janitorial Service Contract for weekly, monthly, bi-annually, and annual cleaning of offices, bathrooms and other buildings per SOW. Option Year 4 Period of Performance: July 1, 2028 - June 30, 2029.
Description/Statement of Work/Specification:
Please see attached Statement of Work
Date(s) and place(s) of delivery and acceptance:
Services shall commence on the first day of the period of performance of the applicable year at the USDA, ARS at 48037 Tubbs Ranch Road in Adams, OR 97810.
FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum.
Evaluation:
For the evaluation criteria, please see the attached RFQ terms and conditions.
Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer online at SAM: www.sam.gov. An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements.
FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition.
There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation.
Date, time and place offers are due.
Offers are due by June 7th, 2024 at 3pm EDT.
Submit offers to the following e-mail address(es), by the offer due date and time:
Shelley.steen@usda.gov
Late quotes after the established deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award.
Any and all questions regarding this solicitation shall be submitted in writing to shelley.steen@usda.gov no later than June 4, 2024.
A site visit will be scheduled for Wednesday, May 29th, 2024 at 11am PDT. This site visit is intended to give prospective offerors the opportunity to familiarize themselves with the location and to gauge the scope of work required of the contract. Prospective attendees SHALL email shelley.steen@usda.gov with the attendee's full name as it appears on a Government-issued picture ID (which must be presented at the time of the site visit) and citizenship status; and their company name, physical address, email address, and phone number. The deadline for requesting a site visit is Tuesday, May 28th, 2024. Failure to comply with the registration instructions above will result in denial of access to the location and/or participation in site visit activities
Attachments/Links
Contact Information
Contracting Office Address
- 800 BUCHANAN STREET
- ALBANY , CA 94710
- USA
Primary Point of Contact
- Shelley C Steen
- shelley.steen@usda.gov
- Phone Number 510-559-6350
Secondary Point of Contact
History
- Jun 24, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- May 22, 2024 11:34 am EDTCombined Synopsis/Solicitation (Original)