AMENDMENT 1, dated 5/7/2021, changes item (iv) from $7 million to $8 million.
AMENDMENT 2, dated 5/13/2021, transmits questions and answers. Reference the attached.
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 75P00121Q00055. The solicitation is issued as a Request for Quote (RFQ)
(iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05.
(iv) The corresponding NAICS code is 562998 and the small business size standard is $8 million.
(v) List of contract line item number(s) and items, quantities and units of measure – N/A
(vi) Description of Requirements –
The US Department of Health and Human Services (HHS), Program Support Center (PSC), Real Estate, Logistics, and Operations (RLO), requires grease ductwork cleaning services at 5600 Fishers Lane, Rockville, MD 20857, as described below.
Main Kitchen & Serving Area: As required by Montgomery County standards (Quarterly)
General Work
Cleaning Specifications
(vii) Date(s) and place(s) of delivery and acceptance and FOB point.
The HHS PSC RLO desires one 12 months base period and four 12-month option periods.
The location of work performance shall be 5600 Fishers Lane, Rockville, MD 20857.
(viii) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
(ix) The provision at FAR 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
Award will be made to the low price, technically acceptable offeror. Offerors must fully explain how it will meet all criteria detailed at item vi, Description of Requirements, above. Any work to be subcontracted out must be fully explained. Offerors must include evidence in its response that all services will be performed by IKECA trained technicians.
The following factor will be used to evaluate offers:
The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer or acknowledge its registration in the System for Award Management (www.sam.gov) Online Representations and Certifications Application.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Deviation) (Fixed Price) (Oct 2018), applies to this acquisition.
Paragraph (r) of the FAR 52.212-4 clause is changed to read as follows:
(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 10 U .S.C. 2409 relating to whistleblower protections; 49 U .S .C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity.
(xii) The clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference:
(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note); (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31 U.S.C. 6101 note); (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644); (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Nov 2020) (15 U.S.C. 632(a)(2)); (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015); (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246); (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793); (35) (i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627); (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513); (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); and, (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332).
The Contracting Officer has indicated the following clauses listed in paragraph (c) as applicable and are hereby incorporated by reference: (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.); (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67); (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C.206 and 41 U.S.C. chapter 67); (7) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 2020) (E.O. 13658); (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
(xiii) The following additional clauses are applicable to this acquisition: FAR 52.203-19 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Jan 2017); FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018); FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020); FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020); FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000); FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233-3 Protest after Award (Aug 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations; HHSAR 352.223–70 Safety and Health (Dec 2015).
The following additional provisions are applicable to this acquisition: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (Jan 2017); FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020); FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015); FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016); FAR 52.217-5 Evaluation of Options (July 1990); FAR 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Jun 2020);
(xiv) DPAS – N/A
(xv) Quotes are due by May 18, 2021, 3:00 PM Eastern, electronically to the Contract Specialist at [email protected].
(xvi) Contact Dan Berkovitz, Contract Specialist, at [email protected] regarding the solicitation. Any inquiries must be emailed to the Contract Specialist, with “Solicitation 75P00121Q00055 – Ductwork Maintenance” in the subject line.