Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2025 SAM #8725
SOLICITATION NOTICE

S -- Mobile Bathroom Trailer Custodial Service

Notice Date
10/14/2025 6:00:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W7NU USPFO ACTIVITY OHANG 179 MANSFIELD OH 44903-8049 USA
 
ZIP Code
44903-8049
 
Solicitation Number
W50S8R26Q0002
 
Response Due
10/23/2025 7:00:00 AM
 
Archive Date
11/30/2025
 
Point of Contact
James E Kliewer
 
E-Mail Address
james.kliewer.2@us.af.mil
(james.kliewer.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; quotes are being requested and a written solicitation will not be issued. This solicitation W50S8R26Q0002 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is a 100% small business set-aside. The NAICS code that applies is 561720 and the size standard is $22M. This action will result in a firm-fixed price (FFP) purchase order utilizing simplified acquisition procedures. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available Requirement is for Mobile Bathroom Trailer Custodial Services; see Attachment 2 Performance Work Statement, and other attachments for further details. Site Visit Information: There will be NO Site Visit. Contract Line Items: Base CLIN 0001 Description: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide custodial services for the mobile bathroom trailer, as defined in Attachment 2 Performance Work Statement. Mobile Bathroom Trailer Custodial Services � Base Year PoP: 23 October 2025 � 22 October 2026 Qty: 12 Unit of Measure: Months Unit Cost: Total Cost: Option Year 1 CLIN 1001 Description: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide custodial services for the mobile bathroom trailer, as defined in Attachment 2 Performance Work Statement. Mobile Bathroom Trailer Custodial Services � Base Year PoP: 23 October 2026 � 22 October 2027 Qty: 12 Unit of Measure: Months Unit Cost: Total Cost: Option Year 1 CLIN 2001 Description: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide custodial services for the mobile bathroom trailer, as defined in Attachment 2 Performance Work Statement. Mobile Bathroom Trailer Custodial Services � Base Year PoP: 23 October 2027 � 22 October 2028 Qty: 12 Unit of Measure: Months Unit Cost: Total Cost: Option Year 1 CLIN 3001 Description: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide custodial services for the mobile bathroom trailer, as defined in Attachment 2 Performance Work Statement. Mobile Bathroom Trailer Custodial Services � Base Year PoP: 23 October 2028 � 22 October 2029 Qty: 12 Unit of Measure: Months Unit Cost: Total Cost: Option Year 1 CLIN 4001 Description: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to provide custodial services for the mobile bathroom trailer, as defined in Attachment 2 Performance Work Statement. Mobile Bathroom Trailer Custodial Services � Base Year PoP: 23 October 2029 � 22 October 2030 Qty: 12 Unit of Measure: Months Unit Cost: Total Cost: Addendum 52.212-1 Instructions to Offerors-Commercial Items. 1.GENERAL INSTRUCTIONS TO OFFERORS: This Request for Quotation (RFQ) is being issued in accordance with the procedures at FAR parts 12 and 13, as authorized by FAR subpart 13.5 The contracting officer is vested by authority above with additional procedural discretion and flexibility, for this acquisition which may allow to solicit, offer, evaluate, and award in a simplified manner that maximizes efficient economy, minimizes burden and administrative costs for both the Government and industry through procedures awarding this Contract. The Offeror�s quote shall be submitted electronically as outlined below. The government reserves the right to make multiple awards based on competition between small businesses where the offeror�s quote is most advantageous to the Government, price and other factors considered. 1.1. Questions regarding this RFQ shall be in writing and directed via e-mail to jeffrey.snyder.20@us.af.mil and james.kliewer.2@us.af.mil. All correspondence shall reference W50S8R26Q0002. The cut-off for questions is no later than 16 October 2025 1:00 PM ET. All questions will be answered electronically so that all respondents will be provided with equal access to all questions and answers 1.2. The Offeror is notified that the Government will not reimburse costs incurred for quote preparation. 1.3. The government does not intend to hold any exchanges after receipt of quotes and respondents are advised to submit their best offer at the time quotes are due. In the event that exchanges with respondents after the receipt of quotes are deemed necessary, the contracting officer may hold such exchanges with any or all quoters, at any time, in any manner, without complying with the rules in 15.306(c) and (d) and 15.307(b), which are not applicable to this acquisition. A competitive range may, or may not, be established at the sole discretion of the contracting officer. All respondents will be treated fairly and impartially, in accordance with FAR 1.102-2(c)(3). 1.4. The offeror shall submit an unclassified quote which demonstrates its ability to perform and meet the requirements in the Performance Work Statement. 1.5. Quote shall conform to all the requirements of this RFQ. Failure to conform may result in your quote being rejected and no longer considered for award. 1.6. The Offeror�s quote shall be submitted electronically to the addresses listed under �Quote Submission Instructions�. The closing date and time for submittal of quote is 23 October 2025, 10:00 A.M. EST. 1.7 Quote Organization 1.7.1. The Offeror�s quote shall consist of three volumes. The offeror shall submit an unclassified quote which demonstrates its ability to perform and meet the requirements in the Performance Work Statement, enclosed with this solicitation. a. Volume 1: Performance of Work Understanding b. Volume 2: Methodology and Approach c. Volume 3: Staffing Plan d. Volume 4: Price Required Content 1.8 Volume 1 � Performance of Work Understanding: The offeror shall submit a Performance of Work Understanding providing specific tasks ( cleanings, pumping and janitorial supplies), frequency of services, and performance standards IAW this RFQ and PWS. 1.9 Volume 2 � Methodology and Approach: The offeror shall submit their proposed methods and procedures for performing the restroom trailer custodial service IAW Attachment 2 PWS. The proposed methods and procedures shall include cleaning schedule, use of equipment and cleaning supplies. 1.10 Volume 3 � Staffing Plan: The offeror shall submit their proposed staffing plan which reflects adequate number of qualified personnel to perform the required services effectively. The plan should include comprehensive details for number of staff, qualifications, and scheduling. 1.11 Volume 4 � Price: The offeror shall complete & submit either their own pricing sheet or fill out the Contract Line Item reflected above for CLINS 0001 � 4001. 1.12. Quote Submission Instructions: 1.12.1. The Government will only accept electronic submissions. Should the Government want to print the volumes of the quote, the submission shall be clearly indexed and logically assembled. 1.12.2. Ensure that all volumes are submitted in response to this RFQ. Failure to do so may result in your quote not being considered. 1.12.3. Offeror shall submit their quote to the contracting officer at jeffrey.snyder.20@us.af.mil not later than the submittal due date of 21 October 2025, 10:00 A.M. EST. --- End of FAR 52.212-1 Addendum --- EVALUATION FACTORS FOR AWARD EVALUATION FACTORS AND PROCESS 1.1 Basis for Contract Award. In accordance with the procedures at FAR 12.602 �Streamlined Evaluation of Offers� and 13.106, as authorized by Subpart 13.5 - Simplified Procedures for Certain Commercial Items. It is the Government�s intent to award a single, direct award of a firm-fixed price contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The offeror must satisfy the requirements described in the evaluation criteria, as well as all other RFQ requirements. The Government may perform a comparative evaluation (comparing offers to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. 1.2 Evaluation Factors: The evaluation will be based on a complete assessment of the offeror�s quote. The offeror must receive a rating of no less than Acceptable for the Technical factor to receive consideration for award. The quote shall address each element as it applies to the criteria in the solicitation and as it applies to the Performance Work Statement. The quote will be evaluated on the following factors: Factor 1 � Technical: Performance of Work Understanding: The offeror understanding of the performance of work will be evaluated to ensure they have a clear and comprehensive grasp of the specific tasks to be performed. The evaluation will consider: Clarity and Detail: The vendor must provide a detailed explanation of their understanding of the scope of work, including all specified tasks. Specific Tasks: The vendor should demonstrate a thorough understanding of the specific cleaning tasks required, including their frequency and methods. Methodology and Approach: The offeror�s proposed methodology and approach will be evaluated to assess the effectiveness and efficiency of the offeror�s methods and procedures for performing custodial services. The evaluation will consider the following elements: Cleaning Schedules: Provide detailed cleaning schedules that outline the frequency and timing of daily, weekly, and monthly tasks. Use of Equipment: Describe the equipment to be used, ensuring it is appropriate and effective for the required services. Cleaning Supplies: Specify the types of cleaning supplies to be used, highlighting their suitability for maintaining high standards of cleanliness and hygiene. Staffing Plan: The offeror�s proposed staffing plan will be evaulated to ensure that the offeror proposes an adequate number of qualified personnel to perform the required services effectively. The plan should include comprehensive details about the following: Number of Staff: Clearly specify the total number of personnel, including full-time and part-time staff, supervisors, lead custodians, and custodial staff. Qualifications: Provide detailed information on the qualifications and experience of the proposed personnel, emphasizing their ability to meet the service requirements. Scheduling: Outline the proposed work schedules, including daily, weekly, and monthly cleaning tasks, to ensure continuous and efficient coverage of all required areas. Factor 2 � Price The Government shall evaluate contractors proposed pricing submitted by the offeror Evaluation of price will be performed using one or more of the price analysis techniques identified in FAR 13.106-3(a). 1.3 Compliance and Responsibility Information: Prior to the evaluation of quotes, Annual Representations and Certifications, Offeror Representations, Certifications, and the Submission of Other Information completed via the System for Award Management (https://www.sam.gov) will be assessed for compliance with requirements applicable to this RFQ. Quotes found to not be in compliance with these requirements may be determined ineligible for award. REJECTION OF OFFERS: Offerors shall carefully read, understand, and provide all the information requested in the quote. If there are parts of the RFQ that are vague and/or ambiguous, request clarification from the Contract Specialist and/or the Contracting Officer before the established cut-off date for questions. The circumstances that may lead to the rejection of a quote are: 2.1. When the quote fails to meaningfully respond to the instructions specified. Examples of failure to meaningfully respond include: 2.1. When the quote fails to provide any of the data and information required in the RFQ. 2.2 When the quote reflects an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the RFQ requirements due to submission of a quote, which is substantially high or low in Price and/or unachievable in terms of technical or schedule commitments. 2.3 When the quote contains any unexplained significant inconsistency between the proposed effort and price, which implies the Offeror has (a) an inherent misunderstanding of the PWS, or (b) an apparent inability to perform the resultant contract. 2.4 When the quote contains major error(s), omission(s) and or deficiencies that indicate a lack of understanding or an approach that cannot be expected to meet requirements or involves a very high risk and none of these conditions can be corrected without major rewrites or revisions of the quote. 2.5 When the quote offers a product or service that does not meet all stated material requirements of the RFQ and Performance Work Statement. 2.6 When the quote is late, in accordance with FAR 52.212-1(f) and the Electronic Submission Instructions herein. 2.7 When the quote is significantly high or low as to cost or price, or is unaffordable to the government. 2.8 When the quote is not in full compliance with the terms and conditions of the RFQ. List of Attachments: Attachment 1: Clauses and Provisions Attachment 2: Mobile Bathroom Trailer Custodial Service PWS Attachment 3 Wage Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/325da07ac5aa4b0fa7ca5268481a83a5/view)
 
Place of Performance
Address: Mansfield, OH 44903, USA
Zip Code: 44903
Country: USA
 
Record
SN07617841-F 20251016/251014230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.