Colorado Bids > Bid Detail

Colorado Springs DLADS Custodial

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159174027609849
Posted Date: Mar 23, 2023
Due Date: Apr 12, 2023
Solicitation No: SP451023Q1033
Source: https://sam.gov/opp/869d9325ec...
Follow
Colorado Springs DLADS Custodial
Active
Contract Opportunity
Notice ID
SP451023Q1033
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA DISPOSITION SERVICES
Office
DLA DISPOSITION SERVICES - EBS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 23, 2023 01:04 pm MDT
  • Original Date Offers Due: Apr 12, 2023 03:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Colorado Springs , CO 80913
    USA
Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) part12 and 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 SP4510-23-Q-1033 and being issued as a request for quotation (RFQ).



This is a Competitive Service-Disabled Veteran Owned Small Business Set-Aside for Custodial Service at DLA Disposition Services Colorado Springs, Colorado. The NAICS code is 561720 with a size standard of $22 million. The requirement is for a total of 5 years: one year base period, plus four-1 year option periods. This requirement is being solicited as a Firm Fixed Priced Contract. Pricing must be Fixed Price for the entirety of services quoted. Per the Service Contract Act the latest revision of Wage Determination No.: 2015-5417 applies to this contract.



All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site’s COR and Base Access office. Custodial services must be performed during normal installation work hours on the designated days excluding Federal Holidays. PLEASE READ: the Performance Work Statement (PWS), attached to this announcement that explains in detail the solicitation’s requirements and expectations of the contractor. Any questions about this solicitation must be submitted to the Contract Officer NLT 1:00 PM MDT on 28 Mar 2023.



The following government provisions and clauses apply to this requirement:



FAR & DFAR PROVISIONS AND CLAUSES



52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement.



52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor whose quote conforms to the solicitation and offers the lowest total price, including the option periods.



52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov.



52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement.



52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement.



52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.217-9 Option to extend the term of the contact (Mar 2000)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.



252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (MAY 2021)



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. (MAR 2022)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021)



52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)



52.222-50 Combating Trafficking in Persons (NOV 2021)



52.222-41, Service contract labor standards (AUG 2018)



52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)



52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018)



52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Sep 2021)



52.222-3, Convict Labor (Jun 2003) (E.O.11755).



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)



52.233-3 Protest after Award (AUG 1996)



52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)



252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)



252.204-7003 Control of Government Personnel Work Product (APR 1992)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)



252.204-7020 NIST SP 800-171 DoD Assessment Requirements. (MAR 2022)



252.225-7048 Export-Controlled Items (JUNE 2013)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.244-7000 Subcontracts for Commercial Items (JAN 2021)



52.222-22 Previous Contracts and Compliance Reports (FEB 1999)



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation (DEC 2016)



52.204-7 System for Award Management (OCT 2018)



52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)



INSTRUCTIONS TO OFFERORS:



Submit the attached Price Schedule and send email to the contract officer jonathan.tew@dla.mil and brandon.awkerman@dla.mil, NLT 1:00 PM MDT (3:00 PM EDT)12 April 2023 . Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. The Price schedule is required to be completely filled out, including bid for base period, bid for option periods, and total bid for the entire 5 years contract. Offerors shall provide the applicable CAGE Code with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of the quote’s submission.



This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) 12 and 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 SP4510-23-Q-1033 and being issued as a request for quotation (RFQ).



This is a Competitive Service-Disabled Veteran Owned Small Business Set-Aside for Custodial Service at DLA Disposition Services Colorado Springs, Colorado. The NAICS code is 561720 with a size standard of $22 million. The requirement is for a total of 5 years: one year base period, plus four-1 year option periods. This requirement is being solicited as a Firm Fixed Priced Contract. Pricing must be Fixed Price for the entirety of services quoted. Per the Service Contract Act the latest revision of Wage Determination No.: 2015-5417 applies to this contract.



All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site’s COR and Base Access office. Custodial services must be performed during normal installation work hours on the designated days excluding Federal Holidays. PLEASE READ: the Performance Work Statement (PWS), attached to this announcement that explains in detail the solicitation’s requirements and expectations of the contractor. Any questions about this solicitation must be submitted to the Contract Officer NLT 1:00 PM MDT on 28 Mar 2023.



The following government provisions and clauses apply to this requirement:



FAR & DFAR PROVISIONS AND CLAUSES



52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement.



52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor whose quote conforms to the solicitation and offers the lowest total price, including the option periods.



52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov.



52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement.



52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement.



52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.217-9 Option to extend the term of the contact (Mar 2000)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.



252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (MAY 2021)



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. (MAR 2022)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021)



52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)



52.222-50 Combating Trafficking in Persons (NOV 2021)



52.222-41, Service contract labor standards (AUG 2018)



52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)



52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018)



52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Sep 2021)



52.222-3, Convict Labor (Jun 2003) (E.O.11755).



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)



52.233-3 Protest after Award (AUG 1996)



52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)



252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)



252.204-7003 Control of Government Personnel Work Product (APR 1992)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)



252.204-7020 NIST SP 800-171 DoD Assessment Requirements. (MAR 2022)



252.225-7048 Export-Controlled Items (JUNE 2013)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.244-7000 Subcontracts for Commercial Items (JAN 2021)



52.222-22 Previous Contracts and Compliance Reports (FEB 1999)



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation (DEC 2016)



52.204-7 System for Award Management (OCT 2018)



52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)





INSTRUCTIONS TO OFFERORS:





Submit the attached Price Schedule and send email to the contract officer jonathan.tew@dla.mil and brandon.awkerman@dla.mil, NLT 1:00 PM MDT (3:00 PM EDT)12 April 2023 . Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. The Price schedule is required to be completely filled out, including bid for base period, bid for option periods, and total bid for the entire 5 years contract. Offerors shall provide the applicable CAGE Code with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of the quote’s submission.


Attachments/Links
Contact Information
Contracting Office Address
  • FEDERAL CENTER 74 N WASHINGTON
  • BATTLE CREEK , MI 49037-3092
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 23, 2023 01:04 pm MDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >