Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

S -- Carpet & Upholstery Cleaning

Notice Date
8/26/2005
 
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-F1M2X15223A100
 
Response Due
9/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
**** This is not currently funded. Award will be made if funds become available. Pricing must be good through 30 Sep 2005.***** (i) 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. Quotations are being requested and a written solicitation will not be issued. (ii) The synopsis/solicitation, reference number F1M2X15223A100, is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. (iv) This acquisition is solicited as a 100% small business set aside. The associated NAICS code is 591740 with a size standard of $4,000,000.00. The Basic contract period will be from 1Oct 2005 through 30 Sep 2006 with four 1-year options (v) Basic Requirement consist of providing qualified personnel to upholstery and carpet cleaning service in Building 59 on Charleston Air Force Base in accordance with statement of work. Statement of work for carpet cleaning 1. 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. 2. 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. 3. 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 Mr. Bouknight. 963-2386. 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 after steam cleaning twice a year. 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. 4. Floor cleaning a. Mop, and wax 6 entrance foyers to building 59 totaling approximately 640 sq feet in October, November, January, February, April, May, July and August. Also mop strip wax and re-wax in December, March, June and September. B Mop and wax the executive kitchen consisting of 198 sq feet in October, November, January, February, April, May, July and August. Also mop strip wax and re-wax in December, March, June and September. (vi) The offeror shall provide (1) a list of no more than 2 recent references with contact information. (2) A complete price list with monthly pricing for base year and all option years and (3) a completed copy of FAR 52.212-3 ?Offerors Representation and Certifications-Commercial Item and All responsible small business sources may submit a quotation, which shall be considered and evaluated by the agency. A site visit will be held on Tuesday, 30 Aug 2005 at 1:00 P.M. and all interested are encouraged to attend. Interested parties shall notify contact administrator as soon as possible to ensure access to base. (vii) The following provisions and clauses 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/ (viii) FAR 52.204-7 ?Central Contractor Registration; FAR 52.212-1 ?Instructions to Offerors-Commercial. (ix) FAR 52.212-2 ?Evaluation-Commercial Items Evaluation. The following factors shall be used to evaluate offers: (1) Price & Price related factors and (2) Past Performance. The Government will initially evaluate offers for award purposes by ranking them in order of total price, to include option years, then evaluate past performance starting with the lowest offeror. Past performance is more important than price. References submitted by the offeror will be surveyed and receive an overall rating from ?Unsatisfactory? to ?Exceptional?. Based on survey ratings, the offeror will receive an overall performance risk rating ranging from ?Unsatisfactory? to ?Exceptional?. 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. The government reserves the right to award to other than the low offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the government, all factors considered. (x) Vendors shall include a completed copy of FAR 52.212-3 ?Offerors Representation and Certifications-Commercial Item with quote. (xi) FAR 52.212-4 ?Contract Terms and Condition - Commercial Items (xii) FAR 52.212-5 ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following clauses applying from paragraphs (b) and (c); FAR 52.222-3 --Convict Labor; FAR 52.222-19 ? Child Labor?Cooperation With Authorities and Remedies; FAR 52.222-21 ?Prohibition of Segregated Facilities; FAR 52.222-26 ?Equal Opportunity; FAR 52.222-35 ?Affirmative Action for Disable 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; FAR 52.222-41, Service Contract Act, FAR 52.222-42; Statement of Equivalent Rates for Federal Hires. (xiii) The following additional clauses are also applicable to this procurement: FAR 52.217-5, Evaluation of Options, FAR 52.217-8, Option to Extend Services, with the last sentence completed as follows: within 15 days of expiration of contract, FAR 52.217-9, Option to Extend Term of The Contract with paragraph (a) completed as follows: 15 Days and paragraph (c) completed as follows: 60 months; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.222-22 ?Previous Contracts and Compliance Reports; FAR 52.253-1 ?Computer Generated Forms. (xiv) The following DFARS provisions and clauses 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/VFDFARA.HTM . (xv) DFARS 252.204-7003 ?Control Of Government Personnel Work Product; DFARS 252.204-7004 Alt A ?Required Central Contractor Registration Alternate A; (xvi) DFARS 52.212-7001 ?Contract Terms and Conditions Required to Implement Statutes Or Executives Applicable To Defense Acquisitions Of Commercial Items with the following clauses applying from paragraphs (a) and (b); DFARS 252.225-7001 ?Buy American Act and Balance Of Payments Program; DFARS 252.225-7016 ? Restriction on Acquisition of Ball and Roller Bearings; DFARS 252.232-7003 ?Electronic Submission of Payment. (xvii) The following additional DFARS clauses are also applicable to this procurement: DFARS 252.225-7000, Buy American Act- Balance of Payments Program Certificate; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.246-7000 ?Material Inspection and Receiving Report. (xviii) 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. (xviv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 6 Sep 2005 no later than 2:30 PM Eastern Standard Time. (xx) Requests should be marked with reference number F1M2X15223A100 and addressed to TSgt Evelyn Stephens, Contract Specialist, phone 843-963-5162, fax 843-963-5183, email address evelyn.stephens@charleston.af.mil or AB Jordan Gunn, Contract Specialist phone 843-963-5163, email address jordan.gunn@charleston.af.mil (xxi) For More Business Opportunities, visit the following web sites: http://www.selltoairforce.org, http://public.charleston.amc.af.mil/orgainzations/437AW/437MSG/437CONS/index.htm and http://www.sba.gov.
 
Place of Performance
Address: 205 N. Bates Street, Charleston AFB, SC
Zip Code: 29404
Country: USA
 
Record
SN00880647-W 20050828/050826212526 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.