SOLICITATION NOTICE
S -- Janitorial Services, USDA, ARS, Dale Bumpers Small Farms Research Center, Booneville, Arkansas
- Notice Date
- 7/2/2025 8:24:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 12405B25Q0113
- Response Due
- 7/18/2025 12:00:00 PM
- Archive Date
- 08/02/2025
- Point of Contact
- Shalunda Mix
- E-Mail Address
-
shalunda.mix@usda.gov
(shalunda.mix@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation number 12405B25Q0113 Janitorial Services, USDA, ARS, Dale Bumpers Small Farms Research Center, Booneville, Arkansas. Base plus 4 option years is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This is a 100% Total Small Business Set-aside. The associated NAICS code is 561720 (Janitorial Services) with a small business size standard of $22 Million and a PSC Code of S201 (HOUSEKEEPING- CUSTODIAL JANITORIAL). This acquisition is for the following: Janitorial Services for a Base plus 4 option years. BASE YEAR � 07/21/2025 thru 07/20/2026 OPTION Year 1 � 07/21/2026 thru 07/20/2027 OPTION Year 2 � 07/21/2027 thru 07/20/2028 OPTION Year 3 � 07/21/2028 thru 07/20/2029 OPTION Year 4 � 07/21/2029 thru 07/20/2030 *DATES ARE ESTIMATED AND WILL BE ADJUSTED BASED ON THE INITIAL AWARD DATE. See attachments for RFQ 12405B25Q0113. The Government anticipates award of a Firm Fixed Price contract. Inquiries and all correspondence concerning this solicitation should be submitted electronically to the Contracting Officer. Any comments or questions regarding this solicitation shall be submitted through email by July 14, 2025 by 2:00 CST. Name: Shalunda Mix, Contracting Officer Email: Shalunda.mix@usda.gov The vendor shall submit quotes via email to shalunda.mix@usda.gov and with a subject line of �Quote: 12405B25Q0113� �Janitorial Services�. Only those quotes received by this date and time will be considered for award. Quotes shall be good for a period of 90 calendar days from the date of quote submission. Submission of the quote that does not contain all items requested below may result in elimination from consideration for award. Responses must include the following items: Cover page: The cover page shall include the company name, point of contact, address, telephone number, e-mail address, RFQ number, and the company�s UEI #. Additionally, a signed acknowledgement of amendments (applicable only if any amendments are issued against this solicitation). The information contained in the cover page shall not be included in the technical section submittal. Contractor quote pricing document: Document shall provide detailed pricing breakout in accordance with the CLIN structure and items requested in accordance with the solicitation document. Clearly define service elements associated with pricing must also include requirements defined in the statement of work document (SOW). Technical Section Submittal: The technical section submittal shall address the information required in Attachment 1 � Statement of Work and demonstrate the technical capability and qualifications to meet Attachment 1 � Statement of Work. This submittal should be specific, detailed, and complete enough to clearly and fully demonstrate understanding of the requirements and inherent problems associated with the objectives of this procurement. Quotes which merely paraphrase the requirements of the Government�s statement of work or use such phrases such as �standard procedures will be employed� and �well-known techniques will be used� will be considered unacceptable and may not be considered further. References: Offerors shall provide at least (2) references that demonstrate recent (within past 5 years) and relevant experience relatable to work as described in the SOW. References may be federal or non-federal customers. Only the required minimum amount of information is requested to provide for proper evaluation. Efforts should be made to keep quotes as brief as possible, concentrating on substantive information essential for proper evaluation. All information submitted shall be current as of the month this RFQ was issued and shall be specific and complete. The proposal shall be prepared in a format compatible with PC and capable of being viewed using commonly available software such as Microsoft Office or Adobe Reader. Acceptable rating in Past Performance evaluation. Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an �acceptable� or �unacceptable� basis. The apparent successful, prospective contractor must have acceptable past performance. System for Award Management (SAM.gov) exclusions list, Federal Awardee Performance and Integrity Information System, and Contractor Performance Assessment Reporting System (CPARS) shall be considered as part of the past performance evaluation process. Any past performance that is found to be �negative�, shall result in the entire Past Performance rating as �Unacceptable�. �Negative� is defined as any CPARS past performance evaluation rated less than �Satisfactory�, any Terminations for Default/Cause, or any negative performance references will be rated as �Unacceptable�. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, �unknown� shall be considered �acceptable.� Any past performance that is found to be �negative�, shall result in the entire Past Performance rating as �Unacceptable� making the overall Technical Acceptability as �Unacceptable�. All responses shall be submitted electronically to shalunda.mix@usda.gov . The basis for award is lowest price technically acceptable (LPTA). ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability. This will continue until the lowest price quote is determined technically acceptable. Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made. See attached RFQ document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. Quotes must be received via email to shalunda.mix@usda.gov by time specified in the solicitation, July 18, 2025, 2:00p.m. CST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0c73e33ea392415eb66ba8d61a3ba72f/view)
- Place of Performance
- Address: Booneville, AR, USA
- Country: USA
- Country: USA
- Record
- SN07497138-F 20250704/250702230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |