Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2004 FBO #1036
SOLICITATION NOTICE

S -- Carpet/Upholstery Cleaning

Notice Date
8/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
561740 — Carpet and Upholstery Cleaning Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-F7314342100400
 
Response Due
9/10/2004
 
Point of Contact
R. Frank Hartzell, Contract Administrator, Phone 843-963-5162, Fax 843-963-5183, - Gregg Anderson, Contracting Officer, Phone 843-963-5169, Fax 843-963-5183,
 
E-Mail Address
frank.hartzell@charleston.af.mil, gregg.anderson@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
* * * THIS REQUIREMENT IS NOT CURRENTLY FUNDED. AWARD WILL BE * * * THIS REQUIREMENT IS NOT CURRENTLY FUNDED. AWARD WILL BE MADE IF FUNDS BECOME AVAILABLE. PRICING MUST BE VALID THROUGH 30 SEPTEMBER 2004.* * * 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. Proposals are being requested and a written solicitation will not be issued. This solicitation/synopsis reference number is F7314342100400 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 561740 with an size standard of $4,000,000.00. The contract period is 1 Oct 04 - 30 Sep 05. The offeror shall provide in response to this solicitation: (1) a list of at least two recent references with contact information; (2) Monthly pricing for services outlined in the statement of work. All responsible small business sources may submit a quotation, which shall be considered by the agency. A site visit will be conducted on Wednesday, 1 September 2004 at 10:00 a.m. and all interested contractors are encouraged to attend. Contractors attending the site visit should notify the Contract Administrator ASAP to ensure their assess to the base. The meeting place for the site visit will be 205 N. Bates St, bldg 59 room 3 (MOS conference room), Charleston AFB, SC. STATEMENT OF WORK: (Materials and Workmanship) The contractor shall furnish all necessary labor and equipment, supplies, and materials to perform services under this contract. Workmanship and materials used in the performance of these services shall be in accordance with the specifications contained herein. (General Requirements) (a)The contractor shall make a careful inspection of all articles/areas to be cleaned, noting spots, stains, discolorations, faded areas, tears, loose tufts, or misshapen weave, and general wear and use conditions. PRIOR TO CLEANING, contracting officer shall be advised in writing of any conditions that prevent articles/ areas from being cleaned satisfactorily because of stains, fadings, discolorations (e.g., “delayed actions” sugar stains), or other conditions that may not be entirely removed by the usual professional; cleaning operations. The contracting officer shall then determine whether or not to authorize the contractor (orally, confirmed in writing) to proceed with the services. The contracting officer shall designate an individual responsible for the pre-cleaning inspection and should initial off on the purchase order that pre-cleaning inspections have been accomplished. (b)Stains shall be removed if it can be accomplished by an acceptable cleaning method, which will not jeopardize the serviceability or mar the appearance of the carpet. Articles/areas shall be pre-spotted before cleaning in order to remove stains. Carpets must be inspected after cleaning for spots and stains at which time any finishing work can be done, such as re-spotting, touching up, or re-cleaning if necessary. (c)The cleaning process shall be safe and harmless to the carpet and shall leave no lingering or objectionable odors. The contractor shall employ no cleaning procedures, and shall use no compounds or solutions of any type before, during, or after cleaning, that may increase the infallibility of the carpet. There will be NO shrinkage factor allowed on installed carpets (i.e., tacked down, glued, tackles, free lay tiles, etc.). In all cases, cleaning shall not adversely affect the appearance or durability. (d)If the cleaning process offered by the contractor is likely to cause shrinkage in a particular type of installation of carpet, he shall so inform the contracting officer so that an alternative method of carpet cleaning can be determined. (e)No repairs of any kind are included in the price for cleaning carpets. Repairs are subject to the repair and installation provisions set forth by the contracting officer. (Carpet Cleaning) (a)Preparation of Area to be cleaned. Normally, areas to be cleaned will be covered with furniture. Where it is necessary for the contractor to move furniture and furnishings, it shall be done with extreme care and shall be replaced to make the area ready for use. No additional charges will be made for the purpose of moving furniture to facilitate on-site carpet cleaning, unless the contracting officer approves removal of all furniture from the office(s) being cleaned. However, the contractor is not required to remove extremely heavy items (in excess of 40lbs) of furniture such as cabinets, copying machines, and safes. Floor mats underneath desk chairs are not to be put back in place until the carpet is dry to prevent mildew. (b)Carpet cleaning will be accomplished in building 59 and 112 to include the 315 MXG wing between the hours of 1800 hrs. (6PM) and 0400 hrs. (4AM) on a monthly basis. (c)Time of cleaning will be scheduled with and locations will be shown by the Quality Assurance Evaluator (QAE). (d)Cleaning must be completed and floors dry enough to walk on not later than 0600 hours after cleaning. (e)24,218 sq ft of carpet in bldg 59 will be steam cleaned in February and August to remove all traces of visible dirt, grime and soil form carpets leaving them free from residual matter. Carpets must be vacuumed with water pickup vacuum in order to remove as much moisture as possible and the brushed to restore flattened pile. (f)24,218 sq ft in bldg 59 will be cleaned using a low moisture crystallization process using a non-re-soiling detergent and a counter rotating brush in October, November, December, January, March, April, May, June, July and September. (g)15,654 sq ft in bldg 112 will be cleaned using a low moisture crystallization process using a non-re-soiling detergent and a counter rotating brush every month. (h)Application of Soil Retardant to all carpeted areas. The soil retardant to be applied shall be capable of protecting carpeting against dirt, water-based spills, and oil-based spills. (i)Cleaning of approximately 200 fabric upholstered chairs in bldg 59 will be cleaned at six month intervals (December and June). Cleaning will be accomplished to ensure that chairs are completely dry by 0600 hours of the duty day. END OF STATEMENT OF WORK. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/. FAR 52.212-1 -Instructions to Offerors-Commercial; FAR 52.212-2 -Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price and (2) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Price and past performance, when combined, are equal. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 2-3 references of your most recent projects. Contractors shall include a completed copy of FAR 52.212-3 -Offerors Representation and Certifications Commercial Item. FAR 52.212-4 -Contract Terms and Condition—Commercial Items; FAR 52.212-5 -Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.219-6 –Notice of Total Small Business Set-Aside; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement. FAR 52.204-7 -Central Contractor Registration (CCR); DFAR 252.204-7004 Alt A-Required CCR) Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at http://www.ccr.gov or call 1-800-334-3414. DFARS 252.232-7003 Electronic Submission of Payment. Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD form 250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of payment Requests. The WAWF routing information will be provided upon award. FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 94-2473 (Rev.29) apply to this solicitation. DFAR 252.246-7000 -Material Inspection And Receiving Report; DFAR 252.204-7003 -Control Of Government Personnel Work Product. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 31August 2004 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F7382242160100. Addressed to R. Frank Hartzell, Contract Specialist, Phone 843-963-5162, fax 843-963-5183, email address frank.hartzell@charleston.af.mil or Gregg A. Anderson, Contracting Officer, Phone 843-963-5169, email address gregg.anderson@charleston.af.mil. For More Business Opportunities, visit the following web sites: http://www.selltoairforce.org, http://public.charleston.amc.af.mil/organizations/437AW/437MSG/437CONS/index.htm and http://www.sba.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (24-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/437CONS/Reference-Number-F7314342100400/listing.html)
 
Place of Performance
Address: Bldgs 59 & 112 Charleston AFB, SC
Zip Code: 29404-5021
Country: USA
 
Record
SN00682259-F 20040927/040925212022 (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.