Federal Bid

Last Updated on 01 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Eastern Kentucky

KP Contract

Solicitation ID W912K6-18-Q-5012
Posted Date 21 Aug 2018 at 4 PM
Archive Date 01 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Contracting Office W7nd Uspfo Activity Mdang 175
Agency Department Of Defense
Location Eastern Kentucky United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-87 Effective 06 Apr 2016.

This combined synopsis/solicitation is being competed as a HUBZone Small Business Set-Aside. This acquisition will be competed to the full extent required by regulation. The NAICS code that applies is 561720 and business size standard is $18.0 million.

This requirement is for 175th Services Squadron, Kitchen Preparation cleaning services located at the 175th Maryland Air National Guard, 2701 Eastern Blvd, Baltimore MD, 21220. This requirement is for one (1) base year plus three (3) option years. Services are required IAW the schedule provided on the Performance Work Statement (see schedule in attached PWS).

The contractor shall provide all labor, materials, and transportation necessary to accomplish the monthly maintenance IAW the attached PWS. This shall cover the period set forth in the contract.

Offerors shall send their response directly to the 175th Mission Support Group Contracting Office by 12:00 pm Eastern Standard Time (EST) 17 August 2018. Contractors must be registered with the System for Award Management (SAM); if registration has not been accomplished the web site for registration is http://www.sam.gov. Payments will be made through Wide Area Workflow(WAWF).

Offerors are urged to review the submission requirements in FAR Provisions 52.212-1.

In accordance with Federal Acquisition Regulation (FAR) 5.202 (a)(13), exceptions to publicizing contract actions, there will not be a presolicitation notice posted for this required action. This is a best value acquisition. Evaluation factors are addressed in FAR Provision 52.212-2 in the solicitation. The Government will make an award to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the government. For further information about the solicitation package please contact MSgt Frank Harris, 410-918-6454, or [email protected]. Questions must be submitted no later than 10:00 a.m. EST 9 August 2018.

SITE VISIT: A site visit will NOT be conducted.
Terms remain unchanged unless Request for Quote is amended in writing. If an amendment is issued, normal procedure relating to the acknowledgment and receipt of Request for Quote amendments shall apply.

Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply.

CLIN STRUCTURE:
0001:
KP service FY19
FFP
KP service for Dining Facility per PWS
FOB: Destination $______________
0002:
CRMA
See Requirements Below $______________
0003: (OPTION YEAR 1 )
KP service FY20
FFP
KP service for Dining Facility per PWS
FOB: Destination $______________
0004: (OPTION YEAR 1)
CRMA
See Requirements Below $______________
0005: (OPTION YEAR 2)
KP service FY21
FFP
KP service for Dining Facility per PWS
FOB: Destination $______________
0006: (OPTION YEAR 2)
CRMA
See Requirements Below $______________
0007: (OPTION YEAR 3)
KP service FY22
FFP
KP service for Dining Facility per PWS
FOB: Destination $______________
0008: (OPTION YEAR 3)
CRMA
See Requirements Below $______________

 

 

CONTRACTOR MANPOWER REPORTING APPLICATION:
The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report all Contractor manpower, including subcontractor manpower, required for performance of this Contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes:

1.) Contracting Office, Contracting Officer, Contracting Officer's Technical
Representative;
2.) Contract number, including task and delivery order number; W912K6-18-Q-5012;

3.) Beginning and ending dates covered by reporting period;

4.) Contractor name, address, phone number, email address, identity of Contractor
Employee entering data;
5.) Estimated direct labor hours, including subcontractors;
6.) Estimated direct labor dollars paid this reporting period, including subcontractors;
7.) Total payments, including subcontractors;
8.) Predominant Federal Service Code (FSC) reflecting services provided by
Contractor, and separate predominant FSC for each subcontractor if different;
9.) Organizational title associated with the Unit Identification Code (UIC) for the Army
Requiring Activity (the Army Requiring Activity is responsible for providing the
Contractor with its UIC for the purposes of reporting this information);
10.) Locations where Contractor and subcontractors perform the work (specified by Zip
Code in the United States and nearest City/Country, when in an overseas location,
using standardized nomenclature provided on website);
11.) Presence of deployment or contingency contract language, and;
12.) Number of Contractor and subcontractor employees deployed in theater this
reporting period (by country).
As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period
of performance not to exceed 12 months ending September 30th of each government fiscal year and must be reported and must be reported by the 31st of October of each calendar year.

Unit Identification Code (UIC) for the Requiring Activity: F7U3FA.
Issuing Office DoDAAC: W912K6.

FFP
The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/.

 ADDENDUM TO 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014)

Basis of Award: The Government will award a contract to the responsible offer conforming to the solicitation that represents the best value to the Government. IAW FAR 13.106-2(b)(4)(ii) Where an evaluation is based only on price sent the best value when compared to any lower priced quotation or offer. The evaluation process will proceed as follows:

A. Price Evaluation. Vendors shall provide PRICING factor in accordance with specifications detailed in the Addendum to FAR Clause 52.212-1 (Instructions to Offerors-Commercial Item) in this solicitation. The Government will evaluate all offers including all option prices. An offeror's proposed prices will be determined by adding the quantities identified in the Price Schedule for each Contract Line Item Number to confirm the extended amount for each. The price evaluation will document the reasonableness and completeness of the proposed total evaluated price. The Government reserves the right to perform price realism analysis.


This Request for Quotation incorporates the following provisions and clauses: (They may be accessed electronically in full text at http://www.arnet.gov/far/. Upon request, the Contracting Officer will make their full text available.)

This solicitation is being competed as a service; which includes the Fair Labor Standards Act and Service Contract Labor Standards. A current list of wage rates has been attached to this solicitation.

FAR 52.212-1 - Instructions of Offerors-Commercial Items;
FAR 52.212-2 -Evaluation-Commercial Items filled in as follows: "price";
FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items (INCLUDE A COMPLETED COPY WITH QUOTE OR COMPLETE ONLINE AT https://www.sam.gov/ ;
FAR 52.212-4 - Contract Terms and Conditions-Commercial Items;
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.232-33 - Payment by Electronic Funds Transfer - System for award management.
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts.)  
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.219-1, Small Business Program Representations
FAR 52.219-6, Notice of Total Small Business Set Aside
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-22, Previous Contracts and Compliance Reports
FAR 52.222-25, Affirmative Action Compliance
DFARS 252-225-7000, Buy American Act- Balance of Payments Program Certificate
DFARS 252-225-7001, Buy American Act and Balance of Payments Program
DFARS 252.232-7003, Electronic Submission of Payment Request
DFARS 252.232-7010, Levies on Contract Payments

 

 

Bid Protests Not Available

Similar Past Bids

Aurora Colorado 12 Dec 2019 at 8 PM
Baltimore Maryland 16 Oct 2015 at 6 PM
Location Unknown 07 Nov 2019 at 8 PM
Buckley Michigan 30 Oct 2014 at 2 PM
Harrington Maine 09 Aug 2019 at 5 PM

Similar Opportunities

Memphis Tennessee 13 Nov 2025 at 7 PM
Eastern Kentucky 16 Jul 2025 at 6 PM
Houston Texas 30 Sep 2025 at 4 AM (estimated)
Washington District of columbia 30 Sep 2025 at 4 AM (estimated)