Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
MODIFICATION

S -- JANITORIAL SERVICE

Notice Date
8/11/2004
 
Notice Type
Modification
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APPQEREAB-0001-5
 
Response Due
8/13/2004
 
Archive Date
8/28/2004
 
Point of Contact
Joanne Mann, Purchasing Agent, Phone 612-336-3224, Fax 612-370-2136,
 
E-Mail Address
Joanne.Mann@usda.gov
 
Description
* * * *The purpose of this amendment is to incorporate the following change: THE JANITORIAL SERVICE CLEANING SHALL BE PERFORMED BEFORE 7:00 A.M. OR AFTER 4:30 P.M. All other terms and conditions remain the same. * * * * * The USDA, Animal and Plant Health Inspection Service (APHIS, Plant Protection and Quarantine (PPQ), Emerald Ash Borer Projectt, Brighton, MI, intends to procure janitorial services for the period beginning October 1, 2004 through September 30, 2005. Submit faxed quotations to Purchasing Section, at (612) 370-2136, Attention Joanne Mann. Award will be firm fixed price. QUOTATIONS ARE DUE AUGUST 13, 2003, BY 10:00 a.m. local time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 01-25. Applicable FAR clauses are incorporated by reference: Instructions to Offerors -Commercial Items 52.212-1; Evaluation-Commercial items 52.212-2 ; Offeror Representations and Certifications 52.212-3 ; Contract Terms and Conditions- Commercial Items 52.212-4 ; Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5 . Prohibition of Segregated Facilities 52.222-21; Equal Opportunity 52.222-26; equal opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Dsiabilities 52.222-36; Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans 52.222-37; Service Contract Act of 1965, as amended 52.222-41; The Department of Labor Wage Determination 1994-2277 Rev. 19 applies to this requirement. Statement of Equivalent Rates for Federal Hires 52.222-42; Restrictions on Certain Foreign Purchases 52.225-13; Installment Payments on Commercial Items 52.232-30; Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-33. In accordance with 52.204-7 Central Contractor Registration (CCR), all contractors must be registered with the CCR. The above clauses may be viewed on the web site: www.arnet.gov/far. The following evaluation process is used in accordance with 52.212-2 Past performance and price, trade off process, best value for the Government. Price is approximately equal to past performance in importance. References are requested, see 52.212-1 (10). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers should include: Company Name: ___________________________________________________________ Company address: ____________________________________________________________ ___________________________________________________________________________ Tax payer identification number:__________________________ DUNS number _________________ and business size: large _____ small ________. Quotes shall be submitted based on cost per month: $ ______________. SPECIFICATIONS: Provide the following janitorial service five (5) days per week, Monday through Friday, for approx. 8,392 square foot facility. 1. Rest rooms & Sink area 1. Floors shall be swept daily and wet mopped daily 2. Toilets or urinals shall be washed and sanitized. Washbasins shall be cleaned. 3. Mirrors, shelving, dispensers, and chromium fixtures shall be damp wiped and sanitized. 4. All other surfaces shall be spot-cleaned and horizontal surfaces dusted. 5. Paper towel waste receptacles shall be emptied; towel, soap and toilet paper dispensers serviced daily. 2. Office area and the corridor space cleaning 1. Wastebaskets shall be emptied and the wastepaper and trash removed to disposal area. Used plastic trash bags shall be replaced. 2. Carpeted areas shall be vacuumed daily. 3. Horizontal areas dusted and spot cleaned weekly. Vacuuming shall not be performed between 7:00 - 9:00 a.m. Rest room cleaning and trash removal shall be performed during normal business hours, once per day. Contractor shall supply all supplies required to service rest rooms; trash bags and liners for trash containers. FOR AN ON SITE WALK-THROUGH PLEASE CALL ELAINE BONFIGLIO FOR AN APPOINTMENT (810) 844-2704.
 
Place of Performance
Address: 5936 FORT COURT, BRIGHTON MI
Zip Code: 48116
 
Record
SN00641209-W 20040813/040811211656 (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.