COMBINED SYNOPSIS/SOLICITATION
Janitorial service performed at the National Weather Service Weather Forecast Office in Eureka, CA
Quotes Must Comply With INSTRUCTIONS TO OFFERORS Provided In Paragraph (viii)
The following information is provided in accordance with FAR 5.207(a)(16) and 5.207(c):
(1) A National Stock Number is not assigned to this requirement.
(2) This requirement is for non-personal commercial janitorial services. The contractor shall provide all labor, tools, materials, and equipment necessary to perform the work. There is not a qualification requirement for this service.
(3) There is no specific manufacturer or part number for this requirement.
(4) The service is required three times per week. The area being maintained is approximately 4,700 total square feet.
(5) This requirement is not for manufactured products.
(6) The base period is for a quantity of 10 months, beginning October 1, 2025 through July 31, 2026. There are no separately-priced option periods, but there is an option to extend services on the base period by up to 6 months, at the same rate.
(7) The functional unit of issue will be Months, but will be represented on the contract and in the system as Dollars due to how the contracting system is programmed.
(8) The Place of Performance is the National Weather Service Weather Forecast Office at 300 Startare Drive, Eureka, CA 95501.
(9) Schedule. The service shall be performed three times per week, on Mondays, Wednesdays, and Fridays.
(10) The duration of the contract will not exceed 16 months. The base period is 10 months and there is one option period to extend services by up to 6 months. The start date is October 1, 2025 and the final contract end date, if all options are exercised, is December 31, 2026.
(11) This requirement includes sustainable acquisition requirements for biobased products and recovered materials.
(12) The procedures to be used in awarding the contract is through a request for quotations via this combined synopsis/solicitation. The anticipated award date is September 26, 2025.
(13) This is not an Architect-Engineer requirement.
(14) This acquisition is not subject to Free Trade Agreements. See exception at FAR 25.401(a)(1).
(15) This requirement is not non-competitive.
(16) All responsible sources may submit a quotation, which shall be considered by the agency.
(17) This solicitation is synopsized and available through the Government Point of Entry, Contract Opportunities, at sam.gov.
(18) All information necessary to respond to this solicitation electronically is contained herein.
(19) Technical data required to respond to the solicitation is contained herein.
The following information is provided in accordance with FAR 12.603(c)(2):
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) This solicitation number is 1333MH25Q0012 and is issued as a request for quotation (RFQ). A firm-fixed price purchase order is anticipated to result from this RFQ.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, August 7, 2025.
(iv) This solicitation is being issued as a total small business set-aside. The associated NAICS code is 561720. The small business size standard is $22.0m. Limitations on subcontracting does not apply to this requirement.
(v) The line item numbers, items, quantities, and units of measure, including options, are as follows:
Line Item: 0001 Quantity: 10 Unit of Measure: MO
Base period. Janitorial service in accordance with the statement of work.
The resulting purchase order will include the option to extend services up to 6 months. The option price is no higher than for the initial requirement, however, the Government will accept an offer containing an option price higher than the base price only if the acceptance does not prejudice any other offeror.
(vi) A description of requirements for the items to be acquired is provided in the attached Statement of Work. The Department of Labor Service Contract Labor Standards Wage Determinations for Humboldt County, CA apply and can be found on sam.gov under Wage Determinations 2015-5637 (rev.-24), dated July 8, 2025.
(vii) Dates and places of performance and acceptance:
Service will occur as scheduled with the requiring office upon contract award. The period of performance, for the base period is October 1, 2025 through July 31, 2026.
The place of performance and acceptance will be at the National Weather Service Weather Forecast Office located at 300 Startare Drive, Eureka, CA 95501.
Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option may be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.
(viii) INSTRUCTIONS TO OFFERORS
FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023), applies to this acquisition. This is a Best Value acquisition.
PRE-BID SITE VISIT: All vendors are encouraged to attend a Site Visit. To request a site visit, contact Troy Nicolini, Phone: 707-443-5610 x222, email: troy.nicolini@noaa.gov at least 24 hours in advance of your desired time.
Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
NOTICE TO OFFERORS: Instructions for submitting quotes under this RFQ must be followed. Failure to provide all information to aid in the evaluation may result in the quote being considered non-responsive. Quotes that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Offerors must have an active registration in the System for Award Management (SAM) at sam.gov.
The Government does not accept responsibility for non-receipt of quotes. It is the offeror’s responsibility to request and receive a confirmation of the quote receipt from the appropriate Government point of contact.
QUOTES MUST INCLUDE ALL OF THE FOLLOWING. FAILURE TO FOLLOW INSTRUCTIONS MAY RESULT IN YOUR QUOTE BEING FOUND UNRESPONSIVE:
• Solicitation #, Business name, Unique Entity Identifier for active SAM.gov profile, and point of contact name with a valid phone number and email address.
• Confirm availability to start on October 1, 2025. If unable to start on October 1, provide anticipated start date after notice of award.
• Pricing. You may use the attached Standard Form 1449 (SF1449) to provide the price quote, but it is not required. If you choose to provide the quote on your own form, the following information must be provided.
Janitorial service: $ _________________ per month
• The quote must affirmatively acknowledge acceptance of all clauses and provisions. Be sure to complete pricing information for all elements. Page limit: no more than 2 pages.
• References. At least 3 references, no more than 5. Include the reference Business Name, concise nature of the job/project, point of contact name, and phone number. Email address for each reference is preferred but not mandatory. If you do not have professional references because we would be your business's first contract, provide a statement to this effect; references for other work performed must be submitted instead. Page limit: no more than 2 pages.
• Technical Capabilities statement briefly describing your ability and experience to perform this work. Must include technical approach, including ability to meet start date and provide supplies. Page limit: no more than 4 pages.
• If your SAM.gov Reps & Certs are current, accurate, complete, and applicable to this solicitation, and require no changes applicable to this specific requirement, then you do not need to include 52.212-3 in your quote. This does not count toward the page limit for the package.
• Do not submit additional documents or pages not asked for above. Page limit for the entire quote package is no more than 8 pages. Reps & Certs at 52.212-3 do not count toward the page count. All documents must be provided in PDF format. Font shall be 10 to 15 point size.
• Email quote packages to jen.brown@noaa.gov. Email subject line must include the solicitation # 1333MH25Q0012.
(ix) FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (NOV 2021) applies. Award will be made on a best value basis, with price and other factors considered. The specific evaluation criteria to be used in paragraph (a) are: technical capability, past performance, price, and compliance with solicitation requirements.
In accordance with FAR 12.602 Streamlined evaluation of offers, relative importance of evaluation factors is not required when using simplified acquisition procedures. Quotes will be evaluated in accordance with the above factors, and the procedures at FAR 13.106-2 Evaluation of quotations or offers.
(x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Feb 2025) (Deviation 2025-03) (Feb 2025), must be completed and included with the quote. If your SAM.gov Reps & Certs are current, accurate, complete, and applicable to this solicitation, and require no changes applicable to this specific requirement, then you do not need to include 52.212-3 in your quote.
(xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023), applies to this acquisition.
(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Feb 2025) (Deviation 2025-03) (Feb 2025) (Deviation 2024-03) (Oct 2023) (Deviation 2023-03) (Dec 2022) (Deviation 2021-06) (Sept 2021), applies to this acquisition. The additional FAR clauses applicable to the acquisition are provided in the clause list incorporated in the SF 1449.
(xiii) Additional contract requirements and terms and conditions that apply to this acquisition are provided in the attached SF 1449.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply.
(xv) Quotes are due to the contracting office no later than 8:00 pm MDT on Thursday, September 25, 2025. All quotes must be emailed to the attention of Jen Brown, email address is jen.brown@noaa.gov. The email subject line must include the solicitation # 1333MH25Q0012.
The Government does not accept responsibility for non-receipt of quotes. It is the offeror’s responsibility to request and receive a confirmation of the quote receipt from the appropriate Government point of contact.
(xvi) For information regarding this solicitation, contact Jen Brown directly, E-mail address: jen.brown@noaa.gov, Phone: 385-258-1061.