This solicitation is issued as a Request for Quote (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-95, 1/13/2017.
This procurement is a total small-business set aside. The NAICS code is 561720 and the Small Business Size Standard is $18 million.
The Huron-Manistee National Forests announces an opportunity for janitorial service at the Cadillac-Manistee Ranger District Office. The contractor shall furnish all labor, supervision, transportation, equipment, supplies and incidentals necessary to complete the required janitorial services, in accordance with the attached Statement of Work, for the Huron-Manistee National Forests' Cadillac-Manistee Ranger District Office located at 412 Red Apple Rd., Manistee, MI 49660.
The Government intends to award a fixed price contract for a base year and four option years. The estimated start date is February 1, 2018.
The scope of this work is continuous janitorial service for one office building. The main office building is a single story structure with 3 entrances and three restrooms. The building has approximately 7,700 square feet. The flooring has both carpet and hard surfaces; with approximately 80% carpeted. There are approximately 30 full time employees with 20 additional employees during the field season.
Inspection of the building prior to submitting quotation is recommended. For more information, technical questions and to schedule a pre-bid visit at the Cadillac-Manistee Ranger District Office 412 Red Apple Rd., Manistee, MI., please contact Danielle Roush at (231) 723-2211 ext. 3102.
Schedule of Items
DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE
Item 1- Base Year: February 1, 2018 - January 31, 2019 12 Months
Item 2- Option Year 1: February 1, 2019 - January 31, 2020 12 Months
Item 3- Option Year 2: February 1, 2020 - January 31, 2021 12 Months
Item 4- Option Year 3: February 1, 2021 - January 31, 2022 12 Months
Item 5- Option Year 4: February 1, 2022 - January 31, 2023 12 Months
Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the solicitation's closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred.
Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details - this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award.
All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP.
Further provisions, clauses, and addenda including, but not limited to, commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52212-4, 52.212-5 are incorporated in the attached solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far.
To Be Considered Responsive, contractor must submit the following with offer:
(1) Completed Schedule of Items, with pricing for base year plus four option years include Offeror name, address, DUNS number, telephone number and name of contact person. Offers shall be submitted for the total item. Offers for less than the total item will not be considered. All items are subject to Contractor Quality Control;
(2) Offeror must respond to the other factors as described under FAR 52.212-2 Evaluation - Commercial Items (OCT 2014). Award will be made on the best value for the Government. Evaluation of options shall not obligate the Government to exercise the option. It is the Governments' intent to make one contract award;
(3) Offeror must submit representations in FAR 52.209.11;
(4) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov; and
(5) Offeror must submit Quality Control Plan and Safety Plan; (See Quality Control Plan and Safety in Statement of Work).
All offers must be received by 4:00 Eastern on December 28, 2017
Offers may be hand delivered or be mailed to:
USDA Forest Service
Attn: Erin Garcia - 12569R18Q0002
412 Red Apple Road
Manistee, MI 49660.
Offers may be delivered electronically to [email protected], SUBJ: 12569R18Q0002
If submitting via e-mail please note that file size limitations, formatting, or other problems may hamper receipt so please verify that the contracting officer has received your quote. No facsimile offers will be considered per (c)(1) of FAR clause 52.215-1 Instructions to Offerors -- Competitive Acquisition. (Jan 2004). Incomplete offers will not be accepted.
Contact Erin Garcia at [email protected] or (231) 723-2211 with general questions concerning this solicitation.
Contact Danielle Roush at [email protected] (231) 723-2211 with technical questions concerning this solicitation.
ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Erin Garcia at [email protected]. Questions and answers will be posted to FBO so please check back often as it is the contractor's responsibility to remain up to date on all available Q&A's as well as any potential resulting modifications. All questions must be received no later than three days prior to solicitation close date, or the government is under no obligation to review and/or address the questions.