Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

S -- JANITORIAL SERVICES

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
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
PR67691
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Professional Development Center (PDC), located at 69 Thomas Johnson Drive, Suite 100, (Building 1), Frederick, MD 21702, with 25,782 square feet of usable space and 67 Thomas Johnson Drive, Suite A2, (Building 2) with 8,920 square feet of usable space is seeking janitorial services to be performed October 1, 2006 through September 30, 2007. Reference PR67691 Submit faxed quotations to ?Purchasing Section? at (612) 370-2136, Attention Charlene Lambert. Hard copy of quotation is to be mailed to: USDA APHIS MRPBS, 100 North 6th Street, Butler Square West, 5th Floor, Attn Charlene Lambert, Minneapolis, MN 55403. Firm Fixed Price purchase order will be awarded. NAICS code: 561720. QUOTATIONS ARE DUE: SEPTEMBER 27, 2006, BY 10:00 AM LOCAL TIME. ANY QUESTIONS SHOULD BE DIRECTED VIA E-MAIL TO; charlene.l.lambert@aphis.usda.gov. 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 at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed at http://www.usda.gov/procurement/policy/agar.html. Applicable FAR clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; The provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, applies to this solicitation. A copy of the provision may be attained from http://www.arnet.gov/far. The contractor shall either return a completed copy of this provision with its quote, or complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov.; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, the following FAR clauses identified at paragraph b of FAR 52.212.-5 are considered checked and is applicable to this acquisition; 52.219-8 Utilization of Small Business Concerns; 52.222.3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 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 Disabilities 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; Insurance-Work on a Government Installation 52.228-5; Insurance Coverage 452.228-71. Wages are to be paid according to: The Department of Labor Wage Determination 05-2103 REV (01). Statement of Equivalent Rates for Federal Hires 52.222-42; 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 Evaluation-Commercial Items: Past performance and price will be evaluated to determine the best value quote. Past performance is significantly more important than price. APHIS requires that the contractor: (1) complete a background check on the individual selected to fulfill the requirements outlined in this Performance Work Statement; (2) individual is capable of passing national background checks (3) hire only persons who may legally work in the U.S., i.e., citizens and nationals of the U.S. and aliens authorized to work in the U. S. under the Immigration and Reform and Control Act of 1986 (IRCA). The contractor must provide written documentation to support the background investigation to the Contracting Officer Representative, Vicki Haygood prior to purchase order performance. Safety and Security Requirements: The contractor shall ensure that all cardkeys/keys, are not lost or misplaced and are not used by unauthorized persons. Contract Supervisor shall ensure that all cardkeys/keys are returned upon termination of employment or at contract end. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers should include: Company Name:_________________________________________________. Company address:_____________________________________________________________. Federal Tax Payer Identification Number:__________________________________________. Dun & Bradstreet (D&B) Number:________________________________________________. Business Size: Larger_________ Small__________. Quotes shall be submitted based on cost per month per line item: $______________. JANITORIAL STATEMENT OF WORK The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Professional Development Center (PDC), located at 69 Thomas Johnson Drive, Suite 100, (Building 1), Frederick, MD 21702, with 25,782 square feet of usable space and 67 Thomas Johnson Drive, Suite A2, (Building 2) with 8,920 square feet of usable space is seeking janitorial services to be performed October 1, 2006 through September 30, 2007. The janitorial services will meet with all standards of cleanliness, which will reflect good housekeeping, as determined by the Contracting Officer?s Representative (COR). The Statement of Work will be incorporated into the contract. The Government will furnish all paper towels, toilet paper, trash bags, and hand soap. The Contractor will furnish all other necessary cleaning supplies and equipment required to perform services stated in the statement of work for the cleanliness of the buildings. 1. Upon award of this contract, all edges and corners of tiled areas along rubber floor moldings will be thoroughly cleaned. All dirt and wax build-up will be removed. All rubber moldings will be washed and vacuumed along carpet areas. These areas are to then be maintained as stated in this contract. DAILY Room Cleaning: Office areas and the corridor space adjacent to the offices and all the vestibules will receive the following cleaning: 1. Wastebaskets will be emptied and the wastepaper and trash removed to main dumpster disposal areas outside the shipping/receiving exit door. Replace plastic trash bag in all wastebaskets. 2. Tile Areas: The full floor areas are to be swept daily and treated with a wet-mop to remove all dirt, dust, and litter. Heel marks and stain spills on tile must be removed. Clean along edges, corners, behind doors, behind equipment, and furniture. 3. Carpet Areas: The classrooms, conference rooms, and hallways are to be vacuumed EVERY DAY to remove all dirt, dust, and litter. This will include edges and corners, behind doors, and under furniture (i.e. desks). Offices are to be thoroughly vacuumed two (2) times a week (Wednesday and Friday) to remove all dirt, dust, and litter. This includes all offices, behind doors, and under furniture (i.e.desks). On Mondays, Tuesdays, and Thursdays, the carpet will be spot-vacuumed to remove all obvious surface dirt and litter. Rubber mats in hallways, shipping rooms, and entry ways will be vacuumed every day. 4. The carpet in all offices and corridors to be spot-cleaned to remove any stains or apparent signs of spills. 5. All entrance and exit area door glass and metal surfaces (door frames) will be cleaned on both sides. 6. The glass tabletops in the Director?s Office and Associate Director?s Office in Building 1 and the Conference Room in Building 2 will be cleaned daily. This will apply to any new glass tabletops that we acquire during the contract period. 7. All desktops of classrooms, labs, and conference rooms will be cleaned and sanitized each day. Bathrooms: All bathrooms, in all buildings, will be cleaned TWICE daily. One cleaning will be performed during the daytime hours between 12:30 and 1:30 p.m. The second cleaning will be done during the regular evening (after-hours) cleaning. 1. Clean and disinfect all toilet fixtures top to bottom. Traps will be maintained free from odor at all times. Washbasins, shelving, dispensers, and chrome fixtures will be damp wiped and sanitized. (After-hours only) 2. Mirrors will be cleaned. Toilets and urinals will be cleaned and sanitized, including bases. (Noon and After-hours) 3. Sweep and wet-mop or scrub floors, including edges and corners and behind toilets. Floors will be sanitized. (Noon and After-hours) 4. Paper towel waste receptacles will be emptied and towel, soap, and toilet paper dispensers filled. Waste receptacles will be cleaned and sanitized. (Noon and After-hours) 5. Sanitary napkin receptacles will be emptied, cleaned, disinfected, and provided with a new plastic/paper liner, which will be supplied by the vendor. (Noon and After-hours only) 6. Sanitary products to be supplied by vendor. All revenue generated from the machines will go to vendor. Drinking Fountains: 1. Drinking fountains will be cleaned, sanitized, polished, and free from streaks, stains, spots, and smudges. Lounges and Kitchenettes All lounges and kitchenettes, in all buildings, will be cleaned TWICE daily. One cleaning will be performed during the daytime hours between 12:30 and 1:30 p.m. The second cleaning will be done during the regular evening (After-hours) cleaning. 1. All tables and countertops will be cleaned and sanitized. (Noon and After-hours) 2. Tile floor to be swept. (Noon and After-hours) 3. Tile floor to be swept, wet-mopped, and sanitized including edges and corners. (After-hours cleaning) 4. Sinks to be scrubbed and faucets to be cleaned/polished. (Noon and After-hours) 5. Trash to be collected and removed from the buildings, by way of a utility cart. Do not drag trash bags throughout the buildings and to outside dumpsters. (Noon and After-hours) Waste Collection and Removal: 1. All refuse, trash, and garbage will be collected and removed from the building. Includes all office rooms, restrooms, conference/classrooms, shipping/receiving rooms, and lounges. Do not drag trash bags throughout the buildings and to outside dumpsters. Trash will not be stored in the janitorial room. 2. All outside cigarette receptacles will be emptied and kept free of trash. WEEKLY SERVICES 1. Damp mop the shipping/receiving tile floor to remove dirt and other markings including edges and corners. All other times, the floor will be swept. In Building 1, clean and sanitize lunch tables in shipping area. 2. Trash containers located in the lounge areas will be washed inside and out or steam cleaned to remove food remnants from the containers. 3. Clean outside surfaces of Lounge or Kitchenette cabinets, microwaves, refrigerators, dishwashers, and vending machines. 4. Shower room located in restrooms in Building 1, will be cleaned and disinfected. This includes floor and shower enclosure. Chrome fixtures will be damp wiped and sanitized and no paper towels to be used. 5. Clean and sanitized all bathroom partitions (stalls) and tile walls. 6. Dust horizontal surfaces of file cabinets, tables, bookcases, windowsills, and other furniture located within the building with a treated dust cloth. In offices, only when area is void of personal items. In general areas, items may be moved for dusting (i.e. artificial plants or supply baskets). 7. Clean spots off of Classrooms, Hallways, Lounges, and Conference Rooms walls when noticed. 8. All classrooms, lab and conference rooms desktops will be cleaned with a damp cloth. 9. Clean all vents (bi-weekly). Outside Entrances: 1. Sidewalks adjacent to entrances will be swept. 2. Outside area by the shipping/receiving area will be swept. QUARTERLY SERVICES 1. All the tile areas will be stripped, waxed, and buffed using a non-slip wax making sure that edges and corners are clean before applying wax. Application of wax depends on the traffic areas. Tile in the areas of the lounge and restrooms will require additional care. All furniture that is moved from the room (or chairs placed on top of tables), will be returned and chairs returned to the floor area before the beginning of the next business day. Table tops will be cleaned after chairs are removed. Notice is to be given to the PDC when tile cleaning is to occur. 2. All ceiling light fixtures will be cleaned and accumulated insects removed. 3. Carpet areas will be thoroughly cleaned (shampooed) using a mild method to control wear and tear on the life of the carpet (all offices, conference room, classrooms, and corridors). Notice is to be given to the PDC when carpet cleaning is to occur. 4. All rubber floor moldings to be cleaned with a damp cloth. SEMI-ANNUAL 1. Dust all Venetian/vertical blinds. 2. Clean glass in all internal doors within the buildings. MISCELLANEOUS The Janitor supply room is to be kept in an orderly manner and the floors mopped as needed. All mops are to be clean and replaced on a monthly basis or as needed. There will be monthly inspections on work performed by Contracting Officer Representative (COR).
 
Place of Performance
Address: 67 & 69 Thomas Johnson Drive, Frederick, MD
Zip Code: 21702
Country: UNITED STATES
 
Record
SN01149171-W 20060922/060920220145 (fbodaily.com)
 
Source
FedBizOpps 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.