New Jersey Bids > Bid Detail

SOLICITATION -FCI FORT DIX SEMI ANNUAL KITCHEN EXHAUST HOOD CLEANING SERVICES FOR single five-year award of an indefinite delivery /requirements type contract with firm-fixed unit prices

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159573105714195
Posted Date: Jan 26, 2024
Due Date: Feb 1, 2024
Source: https://sam.gov/opp/53ba3bc872...
Follow
SOLICITATION -FCI FORT DIX SEMI ANNUAL KITCHEN EXHAUST HOOD CLEANING SERVICES FOR single five-year award of an indefinite delivery /requirements type contract with firm-fixed unit prices
Active
Contract Opportunity
Notice ID
15BFTD24Q00000008
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FCI FORT DIX
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 26, 2024 11:01 am EST
  • Original Date Offers Due: Feb 01, 2024 11:59 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J079 - MAINT/REPAIR/REBUILD OF EQUIPMENT- CLEANING EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 562219 - Other Nonhazardous Waste Treatment and Disposal
  • Place of Performance:
    Joint Base MDL , NJ 08641
    USA
Description

U.S. Department of Justice



Federal Bureau of Prisons



Federal Correctional Institution



Fort Dix, NJ







January 26, 2024





Re: 15BFTD24Q00000008 SEMI ANNUAL KITCHEN EXHAUST HOOD CLEANING SRVS.





Dear Offerors,





Enclosed is a solicitation package prepared by the Federal Bureau of Prisons, Federal Correctional Institution, Fort Dix, New Jersey, Contracting Office, for the acquisition of commercial services for our facility. This package contains all necessary information for you to submit to the government your price quotes.





The Government shall award these services by Total 5 years CONTRACT to the lowest responsive /responsible offeror, also using previous performances (bad performances will be a reason to disqualify any vendor). This solicitation and upcoming 5 years contract ARE for 100% SMALL BUSINESS SET ASIDE, with any of and/or similar NAICS CODES; 562219, 238990, 562991, 562998, 238990, 561990. The vendor MUST BE SMALL BUSINESS IN ANY OF THESE AND/OR SIMILAT NAICS CODES. If we do not have small business to qualify for the services then we will taking consideration other vendors. All vendors awarded Purchase Orders must be registered in the SAM System (WWW.SAM.GOV) and willing to accept Electronic Funds Transfer (EFT) as a form of payment. Please pay close attention to the delivery date(s). Please quote only on those items specified. Do not change the item specified. Do not change the item description or the unit of issue. Do not use phrases such as “Minimum Award Amount”, “All or none”, or any other phrases that would limit the Government from awarding by line item. ANY CHANGES TO THE SOLICITATION CAN RESULT IN THE GOVERNMENT REJECTING PART OR ALL OF THE QUOTES SUBMITTED.





Please complete the Standard Form 1449 as such: Blocks 17a, 30a, 30b, and 30c. - page 4. Please read the Statement of Work (SOW).





Please complete and return the attached Contractor Information Sheet.





You MUST email the following: your quotes (company name must be listed), SF 1449 and Contractor Information Sheet to aaponteberrios@bop.gov, and CC: jjramos@bop.gov .



with the subject line in all caps “15BFTD24Q00000008 KITCHEN EXHAUST HOOD(S) CLEANING SERVICES” no later than FEB 1, 2024 @ 11:59 PM Eastern Time. NO OTHER METHOD OF MAIL WILL BE ACCEPTED. FAILURE TO FOLLOW EMAIL INSTRUCTIONS MAY RESULT IN REJECTION OF BID/QUOTE.



The following documentation shall be submitted: SF-1449 (SIGN BLOCKS 30 a b and c).



CONTRACTOR INFORMATION SHEET BID SHEET - FORM- 1449 page 4.



A receipt of your email shall be acknowledged from Mr.Ramos and/or



the Contract Specialist, Mr. Aponte. If you do not receive an email from Mr.Ramos and/or



Mr. Aponte acknowledging your receipt, it is your responsibility to follow up to



ensure the Contract Officer has received your bid. Otherwise, your bid may be rejected post award.









All questions may addressed to Mr. Ramos



jjramos@bop.gov and CC:



Mr. Arturo Aponte-Berrios at aaponteberrios@bop.gov . Sincerely,





Arturo Aponte-Berrios, Contract Specialist





______________________________________________________





After the evaluation of the solicitation (bids/quotes/ performance) for SEMI ANNUAL KITCHEN EXHAUST HOOD CLEANING SRVS.





Type of Contract:



The Government contemplates a single five-year award of an indefinite delivery /requirements type contract with firm-fixed unit prices resulting from this solicitation. It is anticipated that the contract resulting from this solicitation will be awarded in January 2024 and with an anticipated effective date of award (EDOA) of April 1, 2024. On or about the EDOA, FCI Fort Dix will issue a task order to the contractor. The contractor shall commence full performance of services within 3 days of the EDOA.





The resulting contract will include a base year period from October 1, 2024 through September 30, 2025 with four (4) possible 12-months option years for renewal at the unilateral discretion of the Government. Quoters are advised that the Government has the unilateral right to exercise option periods in accordance with FAR 52.217-9, "Option to Extend the Term of the Contract”.





Performance: SEMI ANNUAL KITCHEN EXHAUST HOOD CLEANING SRVS.



The periods of performance of the resulting contract shall be as follows:





Base Year – October 1, 2024 through September 30, 2025



Option Year 1 – October 1, 2025 through September 30, 2026



Option Year 2 – October 1, 2026 through September 30, 2027



Option Year 3 – October 1, 2027 through September 30, 2028



Option Year 4 – October 1, 2028 through September 30, 2029





Point of Acceptance:



The point of acceptance destination is FCI Fort Dix, NJ located at 5756 Hartford & Pointville Rd, Joint Base MDL, NJ 08640.





Non-Personal Services Information (BPAP 37.103(g):



Award of this contract shall not be construed as a personnel appointment, but the result of a contractual arrangement only. The services shall not constitute an employer/employee relationship. Payments to the Contractor shall be based on the provision of an end product or the accomplishment of a specific task. Results to be obtained are within the Contractor's own unsupervised determination. The Contractor will not be subject to Government supervision but its efforts will be monitored for quality assurance.





Contracting Officer’s Representative (COR):



The Contracting Officer will designate in writing a COR who shall be responsible for:





a) Monitoring technical progress, including surveillance and assessment of performance and issuing technical changes;



b) Interpreting the scope of work;



c) Technical evaluation as required;



d) Technical inspection and acceptance;



e) Assisting in the resolution of technical problems encountered by the service provider during contract performance;



f) Monitoring funds available for obligation;



g) Ensuring that task orders are issued in accordance with appropriate terms;



h) Ensuring that invoices and payments are processed in a timely manner;



i) Assisting in the resolution of administrative problems encountered by the service provider during the contract performance.





The Contracting Officer’s Representative (COR) will periodically evaluate the contractor’s performance of the contract. In this evaluation, the performance of individual contractor will be evaluated by the COR and/or the Unit Team. If the performance of an individual contractor is deemed unacceptable based on the COR and/or Facilities Manager, that contractor will no longer perform those said duties. In this event, the company will be responsible for replacing that contractor. All duties outlined in this Statement of Work shall be performed in accordance with standards and methods generally accepted within the Contractor’s own field of expertise.





Reviews:



The Contracting Officer or designee is authorized to review by on-site survey, review of records, or by any other reasonable manner, the quality of supplies rendered under this contract. All records shall be subject to review by the Contracting Officer or other representative of the BOP.





Payment Terms:



Payments will be denied when such service does not support the charges or if the service is deemed not necessary or appropriate. Such determinations may be made by the Contracting Officer or COR, whichever is appropriate. All records shall be subject to review by the Contracting Officer or other delegated representatives of the BOP.





Contracting Officer Responsibility:



Authority to negotiate changes in the terms, conditions, or amounts cited in this resulting contract is reserved to the Contracting Officer. This responsibility may be delegated to an Administrative Contracting Officer by the Contracting Officer.





Contract Administration Office (CAO):



The Contracting Office at FCI Fort Dix is assigned to be the CAO for a resultant contract. This assignment carries with it the authority to perform all normal contract administration functions as listed in FAR 42.302(a), items 1 through 70; to the extent those functions apply to this contract. This assignment also includes delegation of authority to perform functions specified in FAR 42.302(b), items 1 through 11.





Ordering Official:



Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for FCI Fort Dix with an appropriate certificate of appointment. Each task order will identify the supply schedule for that period. Orders can be issued orally or electronic commerce methods. The OF-347, SF-1449, or purchase card acquisition form will be used as the task order.





Contract Security/Investigative Requirements:



The employees of the Contractor entering the institution shall meet certain security requirements to receive an institutional pass as required by Bureau of Prisons Program Statement 3000.03 dated December 19, 2007. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract.





The program manager at the FCI is responsible for conducting the appropriate vouchering, law enforcement checks, and ensuring that fingerprinting is completed on all Contractor staff that may need access inside the confines of the secure perimeter. The personnel department will establish a security file that will be maintained on each of the Contractor's employees from the beginning of the contract through its duration. The following investigative procedures will be performed:





(1) National Crime Information Center (NCIC) check;



(2) Declaration of Federal Employment (OF-306);



(3) FD-258 (fingerprint check);



(4) Law Enforcement Agency checks;



(5) Vouchering of Employers;



(6) Employment Resume;



(7) Completed Contractor Pre-employment Questionnaire;



(8) Release of Information;



(9) Questionnaire for Sensitive Positions (SF-85 for Low Risk, SF-85P for above low risk);



(10) Credit Check, if applicable;



(11) Urinalysis, if applicable.





By submitting a quote, the Contractor and its employees agree to complete the required documents and undergo the listed procedures. An individual employee of the Contractor who does not pass the security clearances will be unable to perform services under the contract. The final determination and completion of the security investigation procedures will be made at the sole discretion of the FMC. All persons are advised that a urinalysis test for the detection of marijuana and other drug usage shall be performed. Any person(s) testing positive shall be disqualified from performing under the resulting contract. Any individual employed by the Contractor deemed not suitable by the Bureau of Prisons requirements will not be granted access to perform services under the contract. This is a condition of the contract. The Contractor must be in compliance with Department of Justice regulations at 8 CFR 274a regarding the employment of aliens. A copy of this directive is available upon the Contractor's request.





In addition, each Contractor employee must attend an orientation program at the institution. The purpose of this program is to familiarize Contractor employees with FCI operations, the institution, and general rules of conduct and procedures inside the institution. Contractor employees shall adhere to all institution regulations regarding conduct and performance. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). Any individual performing under this contract may be removed if it becomes apparent that his/her conduct does not reflect the conduct of that prescribed for those people performing under non-personal service contracts.





Schedule of Required Insurance:



In accordance with FAR 52.212-4(q), the Contractor shall comply with all applicable Federal, State, and local laws for the requirements of maintaining applicable insurance coverage. In accordance with FAR clause 52.228-5 entitled "Insurance-Work on a Government Installation" the Contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds and minimum amounts of insurance required as listed below:





Worker’s Compensation & Employers Liability:



The contractor shall comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when performance period operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of a least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (FAR 28.307-2(a))





Comprehensive General Liability:

$500,000 per accident on occurrence for bodily injury. This insurance shall include contractor’s protective and liability (FAR 28.307-2(b)), and Automobile liability: (FAR 28.307-2(c)).





Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required coverage shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed, or (2) until 30 days after insurer or the contractor gives written notice to the Contracting Officer, whichever period is longer.





The Contractor shall insert the substance of this clause, including this paragraph, in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain insurance required in the schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractor's proofs of required insurance and shall make copies available to the Contracting Officer upon request.





Statement of Equivalent Hires:



N/A





Department of Labor Wage Determination:



N/A


Attachments/Links
Contact Information
Contracting Office Address
  • NE FINANCE CENTER PO BOX 38
  • FORT DIX , NJ 08640
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 26, 2024 11:01 am ESTSolicitation (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 >