Skip to main content

An official website of the United States government

You have 2 new alerts

Custodial 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: Solicitation (Updated)
  • Updated Published Date: Jul 25, 2022 08:38 am CDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 22, 2022
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Manhattan , KS 66502
    USA

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 12805B22Q0319 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, Plains Area, requires custodial services for the NBAF campus to augment the existing USDA custodial staff to service facility to include multiple buildings with multiple floors.  The Government intends to award single firm fixed price purchase order with option years.
The requirements are further detail in the attached Requirements Document. 

The DELIVERY ADDRESS is:
National Bio and Agro-Defense Facility
USDA Agricultural Research Service (ARS)
1980 Denison Ave, Manhattan, KS 66502

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 detailed pricing breakout of all costs, labor, equipment, supplies for the base year and each option year.  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.    Bid Schedule (MS Excel Interactive Document) Attachment 3.  Offeror Shall provide the completed Attachment 3 with annual pricing.
4.    Past Performance Documentation - Offerors shall provide at least (2) 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
5.    Site Visit Attendance – Offeror shall attend a site visit to quote this requirement. Site visits may be arranged Monday-Friday 8-3pm Central time. A site visit will be coordinated for 28 July 2022 at 1:00pm. Please contact Shane Pope shane.pope@usda.gov to register for the visit register for the visit and include provided background check document.. To attend the site, visit your information must be submitted to security for access to the facility by Monday 26 July 2022 so please coordinate early. 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 5:00 p.m. Central Time, on or before 07 August 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.
 

Contact Information

Primary Point of Contact

Secondary Point of Contact

History