Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2005 FBO #1446
SOLICITATION NOTICE

S -- CUSTODIAL SERVICES

Notice Date
11/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
Reference-Number-RML-RFQ-6005
 
Response Due
11/25/2005
 
Archive Date
12/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on RML-RFQ-6005. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06 dated Sept. 30, 2005. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 561720 and the small business size is $14M. The Rocky Mountain Laboratories has a requirement for janitorial/custodial services for an estimated period of 5(five) months with the potential of extending the term. The Government reserves the right to terminate this contract, for the convenience of the Government, prior to the completion of the term and/or options based on the outcome of the A-76 competition process for RML which includes janitorial services. A Site Visit will be offered at 1:30 PM on Wednesday, November 16, 2005. Offerors or quoters are expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. If an interested party is unable to attend the scheduled site visit, they should contact the Primary Point of Contact listed for further information. SCHEDULE: 1) GENERAL REQUIREMENTS ? the Contractor shall furnish all labor, management, supervision, tools, equipment, materials, supplies, and transportation necessary to provide custodial services in accordance with the Statement of Work. Designated spaces include, but are not limited to, halls, restrooms, offices, seminar rooms, laboratories, library, kitchens, work areas, entranceways, lobbies, storage areas, elevators, and stairways. The approximate square footage of the areas to be serviced is 89,000 square feet. The frequency of services to be provided will range from daily to monthly based on the type of requirement and in accordance with the Statement of Work. Within 15(fifteen) calendar days after award the Contractor shall submit to the Project Officer a general schedule of planned performance of work for the contract period. 2) GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES ? a) Government Furnished Facilities ? The Government will furnish or make available to the Contractor storage facilities for equipment and supplies as well as the necessary utilities required for the performance of the work. b) Government Furnished Equipment ? The Government will NOT provide tools or equipment to the Contractor. 3) CONTRACTOR FURNISHED ITEMS ? The Contractor shall provide all equipment, materials, and supplies to perform the requirements of this contract. Equipment, materials, and supplies furnished shall conform to standard commercial grade cleaning supplies standards. 4) CUSTODIAL SERVICES REQUIREMENTS ? The Contractor shall provide the following custodial services: a) Basic Services. 1) Space Cleaning to include sweeping/dust mopping; vacuuming carpets and rugs; emptying waste containers; low dusting/cleaning; cleaning walk-off mats; 2) Floor Care to include damp mopping; spray cleaning and buffing; 3) Restroom Services to include cleaning; servicing (replenishing supply dispensers, i.e. paper towels, toilet tissue and soap); and 4) Other Services to include policing grounds within 100 feet of the buildings specified in the Statement of Work. b) Service Call Work. Service call work consists of providing labor and materials to perform unscheduled custodial services that are brief in scope (emergencies) such as clean up overflowed restroom fixtures, spills, muddy or wet entrances or broken glass, etc. 5) GENERAL ADMINISTRATIVE REQUIREMENTS ?Prior to the start of the contract, all Contractor employees and management personnel shall be required to pass an NIH security clearance. The Contractor shall submit, along with their offer, the full name of all personnel expected to be used at any one time on the contract. Upon notice of award, the successful offeror shall be required to also provide the full address, social security number, and date of birth for all proposed employees for the purposes of completing the security clearance. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors?Commercial Items; FAR 52.212-2 Evaluation?Commercial Items. Award will be based on: 1) price; and 2) the capability of the services offered to meet the above stated salient characteristics; FAR 52-212-4 Contract Terms and Conditions?Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items; FAR 52.212-3 Offerors Representations and Certifications?Commercial Items. FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation; FAR 52.245-11 Government Property (Facilities Use). Wage Determination #1994-2317 Rev. 21 dated 06/09/05 is applicable to this contract. In order to be considered for an award, all offerors must have completed the Online Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offers may be mailed or faxed to the POC indicated above (Fax - 406-363-9370). Offers must be submitted not later than 4:30 PM (MST) 11/25/05. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000-107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Place of Performance
Address: ROCKY MOUNTAIN LABORATORIES, 903 S. 4TH STREET, HAMILTON, MT
Zip Code: 59840
Country: USA
 
Record
SN00929309-W 20051111/051109211734 (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.