Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2004 FBO #0823
SOLICITATION NOTICE

99 -- This is a combind synopsis for cleaning services. Site vist is required.

Notice Date
2/25/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-04-T-0018
 
Response Due
3/2/2004
 
Archive Date
5/1/2004
 
Point of Contact
JACQUELINE EDGERTON, 253-966-3481
 
E-Mail Address
Email your questions to ACA, Fort Lewis
(edgertj@lewis.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested; however, a written solicitation will not be issued. Solicitation number W911S8-04-T-0018 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The requirement is small business set-aside with a NAICS Code of 561740, SIC Code 7217, and size standard of 4 mil. Site visit is scheduled for 2/27/04 at 1:00 pm at bldg 12841 North Fort Lewis, WA. Please contact Jac queline Edgerton at Jacqueline.edgerton@lewis.army.mil if you plan on attending. Gate information will be provided. The description of the commercial service is as follows: Statement of work Floor, Carpet, and Bathroom cleaning Troop Administrative Buildings Fort Lewis, WA 1. BASIC SERVICES. Provide all management, tools, supplies, equipment and labor necessary to provide one time floor and bathroom cleaning services in Troop Administrative buildings 12841, 12747and 12744 located at Fort Lewis, WA. Work shall comply with Government and commercial standards. Tentatively, the below described work is to be accomplished per the schedule in Para 1.6. 1.1 DESCRIPTION OF WORK: Floor cleaning will be performed in the following areas; (a.) Carpeted areas (b.) Vinyl Composite Tile (VCT) (c.) Ceramic Tile (d.) Concrete 1.1.1 CARPETED AREAS: All carpets shall be cleaned in accordance with standard commercial practices. After shampooing, the carpeted area shall be uniform in appearance and reasonably free of stains and discoloration. All baseboards shall be free of all cleaning solutions. Any furniture or appliances moved to facilitate floor and car pet cleaning shall be returned to their original location. 1.1.2 VINYL COMPOSITE TILE: Clean in accordance with Standard commercial practices. After cleaning, all floors that were stripped, sealed, and waxed shall have a uniform glossy appearance. A uniform glossy appearance is free of scuffmarks, heel marks, wax build-up, and other stains and discoloration. Non-skid wax is required. Floors with a no wax finish shall be clean in accordance with standard commercial practices. Any furniture or appliances moved to facilitate floor-cleaning operations shall be returned to their original location. 1.1.3 CERAMIC TILE: Clean in accordance with standard commercial practices. After cleaning tiled floors shall have a uniform glossy appearance, A uniform glossy appearance is free of standing water, streaks, loose dirt, soap scum buildup, and stains. Any furniture or appliances moved to facilitate floor-cleaning operations shall be returned to their original location. 1.1.4 CONCRETE: Clean in accordance with standard commercial practices. After cleaning, concrete floors shall be free of standing water, streaks, loose dirt or debris, soap buildup, and stains. Any furniture or appliances moved to facilitate floor-cleanin g operations shall be returned to their original location. 1.2 BATHROOMS. Bathrooms shall be cleaned, disinfected, and sanitized in accordance with industry standards. Fixtures shall be thoroughly cleaned inside and out. Tiled walls and floors shall have a uniform glossy appearance, and be free of streaks, disco loration, and residual soap build-up. 1.3 WORK SCHEDULE: A notice to proceed (NTP) by the PM (Billy Calvert) in Writing, indicating start and complete date, building number, square footage, and task to be accomplished will be issued for each building. Total work package consist of, (Nine Administrative buildings totaling approximately 121,000 square feet). Anticipat e 3-5 day notice prior to start of work in each ar ea. Period of performance will be 3 March 2004 through 30 September 2004 WORK EXCEPTANCE: Final acceptance inspections shall be re arranged by appointment with a minimum of 4 hours notification. INVOICING: Invoices will be processed and paid by Government credit card bi- monthly. POC is Bea Volpe (253) 966-1720. Mail or fax invoices to; Department of the Army Public Works. ATTN: AFZH-PW. MS 17 Box 339500 Fort Lewis, WA. 98433-9500 Fax number (253) 966-1990 Award will be made on an all or none basis. Provision 52.212-1, Instructions to Offertory-Commercial Service, applies to this acquisition. An addendum to this provision is applicable, in which the term offer or (whenever it appears) shall be replaced wit h the term quoter. Quoter are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes. Also, please provide Federal Tax ID Number FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. Th e following clauses within 52.212-5 (b) are applicable to this acquisition: 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33,52.222-41,52.222-42,52.222-43. FAR clause 52.204-7004,52.400-4034,52.217-8,52.217-9,52.232-19,52.222-4013,52.111-4 002,52.222-43. Local clauses: 52.111-4004, 52.111-4017 The following clause within DFARS clause is applicable to this acquisition: WAGE DETERMINATION NO: 94-2567 REV (24) AREA: WA,TACOMA. The complete text of the Federal/Defense Acquisition Circulars are available at the following internet sites: DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil. Quotes are due on March 3, 2004 at 12:00 PM Pacific Standard Time. Quotes may be fa xed to the Directorate of Contracting, Attn: Jacqueline Edgerton at 253-967-3844, along with the completed Representations and Certifications, or e-mailed to: jacqueline.edgerton@ lewis.army.mil
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN00530711-W 20040227/040225222616 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.