Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2005 FBO #1376
SOLICITATION NOTICE

S -- USCG Air Station Atlantic City Janitorial Services

Notice Date
8/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, VA, 23704-2199
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-06-Q-PTH01
 
Response Due
9/16/2005
 
Archive Date
10/1/2005
 
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; proposals are being requested and a written solicitation will not be issued. HSCG27-05-Q- PTH01 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-05. The applicable NAICS number is 561720 and the small business size standard is $14.0M. This is {Total Small Business Set Aside procurement. The FOB Destination delivery is to: USCG Air Station Atlantic City, Bldg 350, FAA Tech Center, Pomona, NJ 08405, on or before: 10/01/05. Offers are due at: USCG ISC Portsmouth (fp), 4000 Coast Guard Blvd., Portsmouth, VA 23703-2199, by the Close of Business on 9/16/05. Questions may be directed to SKC James Taylor, telephone 609-677-2177. The USCG ISC Portsmouth has a requirement to purchase: janitorial services. DESCRIPTION: Contractor will provide all supervision and labor to clean all areas and perform all duties as specified. The Coast Guard will supply all mops, brooms, consumables and cleaning agents. The Contractor shall be able to respond to correct any discrepancies within 24 hours. The Contractor will only have access to room 203 for minimal storage purposes, and should not leave any Contractor owned maintenance equipment on the property. Room 203 shall be kept in a clean and orderly fashion. The following will be provided to the Contractor free of charge, provided the Contractor?s personnel use such facilities responsibly. Electrical power and water are available on the site. The Contractor will be permitted to utilize these utilities in performing the work. The Contractor is responsible for installing and removing all connections to existing systems and shall ensure work and materials are in accordance with local codes. The use of the electricity shall be limited to tools that can be operated on 60 Hertz, single phase, 20 ampere, and 120-volt circuits. Telephone services will not be available for use by the Contractor. Contract personnel may use the sanitary facilities located in the officer and enlisted locker rooms. Contractor or contractor?s representatives shall be on site to perform duties Monday through Friday except Federal holidays. Contractor or contractor?s representative will be on site to begin work each day no later than 0900 and shall complete work no later than 1600. The locker rooms, Wardroom, Chief?s Mess and Crew?s lounge will not be available to the Contractor or Contractor?s representative for cleaning between 1115 and 1315. Items to be completed daily (Monday-Friday): clean all duty rooms (11), officer and enlisted locker rooms (5), and room 202 restroom located on the second floor. Cleaning will include the following: empty trash containers, sweep all tile floors, vacuum carpet, clean all stainless steel surfaces, dust all horizontal surfaces, clean and disinfect all shower stalls, sinks, toilets and urinals. Clean the Wardroom, Crew?s lounge and Chief?s Mess. Cleaning will include the following: empty trash containers, sweep all tile floors, vacuum carpet, clean all tables, sinks, stovetops and countertops. Clean the Computer Room. Cleaning will include the following: empty trash containers and sweep tile floor. Clean the OPCEN head. Cleaning will include the following: empty trash containers, sweep tile floor, clean and disinfect toilet, sink, clean walls, mirrors, and all stainless steel surfaces. Clean the OPCEN. Cleaning will include vacuuming carpeted floor and emptying trash. Clean second floor common spaces as follows: sweep and mop tile floors, vacuum carpet in hallways, vacuum carpet and remove trash from cubicles. Clean second floor vending machine area as follows; empty trash containers, sweep and mop tile floors, clean horizontal and all stainless steel surfaces. Replenish supplies in duty rooms, Wardroom, Crew?s Lounge, Chief?s Mess, heads, and locker rooms. All trash collected will be removed from the building and placed in one of the available dumpsters. Items to be completed Monday, Wednesday and Friday: Clean exterior of all microwaves (5 - Wardroom, Enlisted Lounge, Chief?s Mess, and vending area); clean exterior of all appliances; sweep and wet mop with disinfectant cleaner the tile floors in the locker rooms, heads, Wardroom, Crew?s Lounge, OPCEN head, and Computer room; wipe down any marks found on walls and doors in Wardroom, Chief?s Mess, Crew?s lounge, duty rooms, locker rooms, and hallways. Fixture cleaning summary: sinks (26), toilets (21), urinals (4) and showers (21). Quote each option year separately. Base year (10/1/05-9/30/06); Option Year 1 (10/1/06-9/30/07); Option Year 2 (10/1/07-9/30/08); Option Year 3 (10/1/08-9/30/09); Option Year 4 (10/1/09-9/30/10). Dept of Labor Wage Determination 94-2449 and its successors apply. Company?s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JULY 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999) is not incorporated. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004); there are no} addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U>S>C637(d) (2) and (3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332); 52.222-41, Service Contract Act of 1965, Amended (May 1989) (41 U.S.C. 351, et seq.); 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Place of Performance
Address: USCG Air Station Atlantic City, Bld 350, FAA Tech Center, Pomona, NJ
Zip Code: 08405-0001
Country: USA
 
Record
SN00883315-W 20050902/050831211551 (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.