SOUTHERN UNITS CUSTODIAL OPERATIONS.
The purpose of this amendment is to update Clause 52.212-3 and 52.212-5 with CAAC Letter 2025-02
Supplement 1, dated 18 FEB 2025, Supplement to CAAC Consultation to Issue a Class Deviation From the
Federal Acquisition Regulation (FAR) Regarding Section 2 of the Executive Order 14148, ¿Initial Rescissions of Harmful Executive Orders and Actions,¿ which revoked
Executive Order 14057 and Section 2 of Executive Order 14208, ¿Ending Procurement and Forced Use of Paper Straws." See updated clauses in attachment 00005
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12, FAC 2005-87 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. This is a small business set aside in accordance with FAR 19. The National Park Service, Contracting Operations (ConOps) East, has a requirement for all custodial/janitorial services required in designated sites of the Chattahoochee River National Recreation Area (CHAT). The contractor will furnish all labor, transportation, tools, materials, and equipment necessary to perform custodial services identified by the statement of work. A detailed Statement of Work (SOW) will be provided with the solicitation.
This procurement will be 100% set-aside for Small Businesses. The NAICS code is 561720, Janitorial Services. The small business standard is $22M. All interested offers MUST have an active vendor record in SAM.gov, be a small business under the identified NAICS code and NOT have any exclusions such as a delinquent federal debt or debarment.
SITE VISIT: Only one (1) site visit is scheduled for this action on 2 April 2025 at 900 am EST at the 1978 Island Ford Pkwy , Sandy Springs, GA 30350. Attendance to the site visit is highly recommended. Contractors are required to RSVP with the government point of contact for this requirement. The park POC for this site visit is: Robert Armstrong, Office: 678-538-1327, Cell: 770-712-1536, robert_t_armstrong@nps.gov. Any questions must be received via email by 1700 on 7 April 2025 to Celinda_hicks@nps.gov.
The solicitation number assigned to this requirement is 140P5125Q0010. The solicitation is issued as a Request for Quote (RFQ).
The Government intends to award a Firm-Fixed Price Contract to the firm that provides the best value without
discussions in accordance with FAR 13.106-2. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid UEI number and be registered with System for Award Management (www.sam.gov). SAM.gov offers free services. An offeror must ensure that they are self-certified under NAICS Code 561720 in the Representations and Certifications portion of SAM.gov.
QUESTIONS: Email any questions to celinda_hicks@nps.gov by 1700 (EST) on 7 April 2025 to be considered. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information. No oral or late questions will be accepted. The closing date and time for receipt of quotes is Thursday, 17 April 2025 at 5pm (EST) via email to celinda_hicks@nps.gov.
Wage Rates from Cobb County apply to this requirement.