Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

S -- Window Cleaning Service

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
Reference-Number-FA441704T0014
 
Response Due
8/27/2004
 
Archive Date
8/28/2004
 
Point of Contact
Juanita Paci, Contracting Specialist, Phone (850) 884-3268, Fax (850) 884-5372, - Monica Wood, Contract Specialist, Phone (850) 884-3272, Fax (850) 884-5372,
 
E-Mail Address
juanita.paci@hurlburt.af.mil, monica.wood@hurlburt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. Solicitation number FA441704T0014 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This solicitation is 100% set-aside for a Small Business within 120 miles of Hurlburt Field Florida, and is advertised under the North American Industry Classification System (NAICS) Code: 561720, with a small business size standard of $14 million. Hurlburt Field requirement is for the following: Window cleaning services for Hurlburt Field Florida fitness centers and racquetball courts as defined in the Statement of Work (SOW) below. The contract will include a base year (01 October 2004 - 30 September 2005) and four option years (01 October 2005-30 September 2006; 01 October 2006-30 September 2007; 01 October 2007-30 September 2008; 01 October 2008-30 September 2009). Option years will be exercised at the discretion of the government. Firm-Fixed-Price Purchase Order will be issued in writing. SOW reads as follows: Services Non-Personal: Scope: The contractor will provide the expertise needed to perform interior and exterior window cleaning of Hurlburt Field FL fitness centers and racquetball court, including interior wall cleaning of racquetball courts as defined in this SOW. Location: Window Cleaning and Racquetball Court Interior wall cleaning will be performed at the Hurlburt Field FL Fitness Complex, Aderholt Fitness (building 90517); Commando Fitness (building 90232); and the Riptide Fitness (91007-second floor only). Personnel: The contractor will recruit and schedule qualified window and court cleaners to perform as defined in this statement of work. In addition, the contractor will have liability insurance. The contractor will be responsible for the performance of work. The name of this person and an alternate shall be designated in writing to the Contracting Officer and the fitness center director of designee. The contractor and its personnel shall present a neat appearance and be easily recognizable. Dress shall always be within base standards according to Hurlburt Field Instruction 34-102, Fitness Center Operations. The contractor is reminded that off-duty, active military personnel hired may be subject to permanent change of station (PCS), change in duty hours, or deployment. Their absence does not constitute a valid excuse for non-performance under this agreement. Quality Control: The contractor shall ensure that all work performed under this SOW meets the quality established within specific task area defined below. Hours of Operation: The contractor shall ensure that all work performed under this SOW is scheduled with the fitness center director or designee one week prior to performance. The work performed will be scheduled and conducted Monday-Friday between the hours of 0730-1600 or at other times mutually agreed upon that will have the least impact on overall program. Conservation of Utilities: The contractor shall instruct his/her employees in utilities conservation practices and shall be responsible for operating under conditions that preclude the waste of government utilities and resources. The contractor will be responsible for ensuring that all cleaning equipment and supplies are properly stored or disposed of after each scheduled quarterly performance. Government Furnished Utilities and Services: The government shall provide, without cost to the contractor, the utilities necessary to accomplish the tasks specified in this SOW to include Fire Protection and 911 Services. Specific Tasks: The contractor shall furnish all labor, tools, materials, facilities and transportation necessary to provide interior and exterior window cleaning that will be performed on each window in buildings 90517, 90232, and the second floor of 91007 on a scheduled quarterly basis. Scheduled performance must be accomplished in the months of October, January, April, and July. The contractor shall furnish all labor, tools, materials, facilities and transportation necessary to clean interior and exterior windows as well as interior walls of four (4) racquetball courts in building 90517 and two (2) racquetball courts in building 90232 on a scheduled quarterly basis. Scheduled performance must be accomplished in the months of October, January, April, and July. The fitness center director or designee shall verify satisfactory completion of work under this agreement when services are completed. Payment: Payment shall include billing period, cost breakout of window cleaning service and racquetball court cleaning service for each fitness center. Payment invoices must be presented to fitness center director or designee within 5 workdays after performance. Director or designee will verify accuracy of statement and proceed with payment to contractor using the Government Purchase Card VISA. The following clauses apply to this acquisition and are included in full text: FAR 52.212-1-Instructions to Offerors--Commercial Items (Jul 2003) applies to this acquisition and is amended to read: FAR clauses and provisions can be located and viewed via the Internet at: http://farsite.hill.af.mil. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2-Evaluation--Commercial Items (Jan 1999), which is incorporated into this synopsis/solicitation, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: Past performance: References will be contacted to validate the offeror?s ability to provide service which meets the requirements of customers and adherence to the delivery schedule. Price: Offers will be evaluated by adding the total price for all options to the total price for the basic requirement. Evaluation of past performance is approximately equal to price. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Each offeror shall include a completed copy of the provisions at FAR 52.212-3-Offeror Representations and Certifications--Commercial Items (Jun 2003), with the quotation. In addition, the following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant contract: FAR 52.212-4, FAR 52.212-5 (DEV); FAR 52.217-8; FAR 52.217-9; FAR 52.219-6; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-22; FAR 52.222-25; FAR 52.222-26; FAR 52.222.35; FAR 52.222.36; FAR 52.222-37; FAR 52.222-41; FAR 52.222-42; FAR 52.232-18; FAR 52.232-36; FAR 52.233-3; FAR 52.252-1; FAR 52.252-2; FAR 52.252-6; DFARS 252.225-7001. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) Database, effective 31 May 1998. For instructions on registering with the CCR, please go to their website at http://www.ccr.gov/ or call 1-888-227-2423 for more information. Each offeror within 120 miles of Hurlburt Field Florida may submit a quote containing completed copy of the provisions at FAR 52.212-3-Offeror Representations and Certifications--Commercial Items (Jun 2003). Quotes may be mailed to 16th Contracting Squadron, P.O. Box 9190, Hurlburt Field FL 32544-9190, ATTN: Juanita Paci. E-mail or FAX quotes will also be accepted. E-mail to juanita.paci@hurlburt.af.mil or FAX (850) 884-5372. Primary POC is Juanita Paci (850) 884-3268 (e-mail above) and alternate is Monica Wood at (850) 884-5372 or monica.wood@hurlburt.af.mil. Contracting officer: Gloria Dulin. Please call, email or fax questions to Juanita Paci, Contract Specialist, using information above.
 
Place of Performance
Address: 16th Services Squadron, Hurlburt Field FL
Zip Code: 32544
Country: USA
 
Record
SN00636775-W 20040806/040804212056 (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.