Federal Bid

Last Updated on 13 Jan 2013 at 10 AM
Combined Synopsis/Solicitation
Crosby North dakota

S--CUSTODIAL SERVICE-CROSBY WMD

Solicitation ID F13PS00042
Posted Date 28 Nov 2012 at 5 PM
Archive Date 13 Jan 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fws Headquarters
Agency Department Of Interior The
Location Crosby North dakota United states 58730
The government intends to issue a firm fixed price services contract for the following: Perform Custodial Services at the Crosby Wetland Management District, North Dakota in accordance with the attached Performance Work Statement.. Base plus 4 option years. This is a new requirement. U.S. Fish and Wildlife Service, Crosby, ND has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Quotation (RFQ) Number F13PS00042. This announcement constitutes the only solicitation. A written solicitation will not be issued. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #2005-61B, effective October 15, 2012. The North American Industrial Classification System (NAICS) number is 561720, Janitorial Services and the business size standard is $16.5 million. This requirement is a Total Set-Aside for Small Business. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. The specifications consist of, but are not limited to, the contractor providing the following services in accordance with the attached Performance Work Statement. Location: Crosby Wetland Management District 10100 Highway 42 NW Crosby, ND 58730-9399 A site visit may be arranged prior to submitting a quote by contacting the Contracting Officer. Line item numbers 00010, 00020, 00030, 00040, 00050. 00010 Base Period 1/1/2013 through 12/31/13 Bi-Weekly Custodial services for the Crosby WMD in accordance with the attached Performance Work Statement. 00020 Option Period 1 from 1/1/14 through 12/31/14 Bi-Weekly Custodial services for the Crosby WMD in accordance with the attached Performance Work Statement. 00030 Option Period 2 from 1/1/15 through 12/31/15 Bi-Weekly Custodial services for the Crosby WMD in accordance with the attached Performance Work Statement. 00040 Option Period 3 from 1/1/16 through 12/31/16 Bi-Weekly Custodial services for the Crosby WMD in accordance with the attached Performance Work Statement. 00050 Option Period 4 from 1/1/17 through 12/31/17 Bi-Weekly Custodial services for the Crosby WMD in accordance with the attached Performance Work Statement. Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including CCR Cage Code, DUNS No., Tax Id No., and business size/type. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Offers must be received by 4:00 pm central time, 14 December 2012, at the U.S. Fish and Wildlife Service, 17705 212th Ave NW, Berthold, ND 58718. Offers received after this date and time will be considered non responsive in accordance with 52.212-1(f) and will not be evaluated. Quotes may be mailed, e-mailed or faxed to the attention of: [email protected] (email) or 701/468-5600 (fax). Offerors must comply with all instructions contained Internet Payment Platform (IPP) DOI Electronic Invoicing, and in FAR 52.212-1, Instructions to Offerors - Commercial Items. The provisions at 52.212-2, Evaluation - Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal will be most advantageous to the Government, price and other factors considered including past performance and vendor capabilities. The clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Also included in this acquisition are the following clauses: 52.204-7, 52.204-9, 52.212-3, 52.215-5, 52.217-8, 52.217-9, 52.225-4 Alt 2, 52.225-20, 52.225-25, 52.232-1, 52.232-99, 52.233-1, 52.243-1 Alt 1, 52.246-20, 52.252-2, 52.252-6, and 52.252-19. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition, no addenda applies. Additional FAR clauses cited in this clause applicable to this acquisition are: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.323-29, 52.232-33, 52.233-3, and 52.233-4. The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://acquisition.gov/far/. In order to have a quote considered, all quoters must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. SAM is the database that has replaced the Central Contractor Registration (CCR) website (www.ccr.gov) and the On-line Representations and Certifications Application (ORCA) website (https://orca.bpn.gov). Quotes received from firms not registered in SAM by the closing date of the solicitation will not be considered. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Darla Leslie via email: [email protected] or telephone: (701) 468-5445 x 12.
Bid Protests Not Available

Similar Past Bids

Location Unknown 24 Jun 2015 at 6 PM
Crosby North dakota 09 Feb 2004 at 5 AM
Location Unknown Not Specified

Similar Opportunities

Tacoma Washington 06 Aug 2025 at 4 AM