Janitorial Services
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: Dec 13, 2022 03:04 pm CST
- Original Date Offers Due: Dec 23, 2022 12:00 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jan 07, 2023
- 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: Big Spring , TX 79720USA
Description
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR subpart 12.6 and FAR Part 13, 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 12805B23Q0091 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2022-06. The associated NAICS Code is 561720 and the Small Business Size Standard is $19.5 Million.
The USDA, Agricultural Research Service (ARS), Plains Area (PA), SPA, Cropping Systems Research
requires janitorial services for Bldg. 8 302 W. Interstate 20, Big Spring, TX 79720. The Government intends to award single firm fixed price purchase order for (6) months with a (6) month option.
The requirements are further detail in the attached Requirements Document.
The DELIVERY ADDRESS is:
USDA Agricultural Research Service (ARS)
SPA, Cropping Systems Research
Bldg. 8 302 W. Interstate 20, Big Spring, TX 79720
DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by:
1. One (1) original fully completed and signed SF 1449 Offer page (complete block 30), acknowledgment of all amendments by completing blocks 15a, b, and c of the Amendment SF30
2. Quote pricing document. Document shall provide pricing breakout of all costs, labor, equipment, supplies for the base period and option period. This will be utilized for a price realism analysis to ensure the offered amount can physically be executed in the time proposed and supplies required.
3. Past Performance Documentation - Offerors shall provide at least (1) past performance references for custodial/janitorial services for federal or state awarded contracts awarded within the past (5) years. The references must include similar size/scope custodial services at a federal or state facility
4. Site Visit Attendance – Offeror shall attend a site visit to quote this requirement. Site visits must be arranged and completed Monday December 19, 2022 – Thursday December 22, 2022 from 8-2pm Central time. Please contact Charles Yates Ph. 432-263-0293 charles.yates@usda.gov to schedule for the visit. To meet the requirement of the site visit, prime contractors must have an employee directly employed by said company. If you do not attend a site visit you cannot provide a quote for this requirement.
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 meets the lowest price technically acceptable evaluation methodology.
All sources wishing to quote shall furnish a quotation by 12:00 p.m. Central Time, on or before 23 December 2022. Quotations are to be sent via email to Shane Pope at shane.pope@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
- Shane M. Pope
- shane.pope@usda.gov
- Phone Number 785-712-3231
Secondary Point of Contact
History
- Jan 14, 2023 10:58 pm CSTAward Notice (Original)
- Jan 07, 2023 10:58 pm CSTCombined Synopsis/Solicitation (Original)