Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOLICITATION NOTICE

S -- Upholstery Cleaning

Notice Date
4/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
561740 — Carpet and Upholstery Cleaning Services
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HQ0423-07-T-0009
 
Response Due
4/24/2007
 
Archive Date
5/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items/services 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. All responsible sources may submit an offer/quote which shall be considered. The solicitation number is HQ0423-07-T-0009. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2001-26, Effective 20 Dec 04. This requirement is a SMALL BUSINESS SET-ASIDE. The NAICS code is 561740 and the small business size standard is $4,500,000. The contract line item number(s) are as follows: CLIN ITEM 0001 Lot price to clean approximately 3,000 upholstered office chairs in various buildings at DFAS Columbus, Ohio in accordance with below SOW. Description of requirement for the services to be acquired: STATEMENT OF WORK for Chair Cleaning Services 1. BACKGROUND: The Defense Finance and Accounting Service Columbus (DFAS-CO) maintains and utilizes an inventory of fabric upholstered office chairs of various levels of existence and manufacturing styles, and varying degrees of cleanliness after years of usage. 2. OBJECTIVE: DFAS-CO has a requirement for services to clean fabric upholstered chairs to restore the appearance and extend the life of the chairs. 3. SCOPE: The contractor shall provide all labor, materials, equipment and supervision to thoroughly clean approximately 3000 fabric upholstered chairs at DFAS Columbus, 3990 E. Broad Street. The chairs are located in various locations throughout the installation. The majority of chairs are located in Building 21, which is a seven-story office building; other locations are Building 10, Section 10 and Building 11, Sections 1, 2, and 6. Buildings 10 and 11 are one story warehouse buildings. The cleaning is to be performed on site with little or no disruption to our business areas. 4. REQUIREMENTS/TASKS: 4.1 The contractor will thoroughly scrub and clean all fabric chairs using non-abrasive environmentally safe cleaners in accordance with the manufacturers cleaning instructions. All hard surfaces will be wiped and cleaned to include legs, arms, and under-surfaces. 4.2. Cloth surfaces on chairs must be cleaned of any and all stains, dirt, hair, oil and dust and the hard surfaces must be free of all dust, dirt and grime. 4.3. Work will be performed on site at the various locations. All chairs will be returned to the particular work station from which they were taken to be cleaned. 4.4. All chair cleaning must be performed between the hours of 5:00 PM and 5:00 AM, and be dry and ready for use the next business day. 4.5 A Material Safety Data Sheet (MSDS) must be provided before a cleaner is used. 5. SECURITY INFORMATION: The contractor employees are required to enter through the DSCC Broad Street Gate and sign in at the security office?s post for access to DFAS-CO Center during performance of the order. If access inside of the DFAS-CO building is also required for performance, it is also the contractor?s responsibility to obtain a visitor?s badge in the building?s main lobby. To accommodate the above, the contractor shall provide the Government Point of Contact (GPOC), with the name of contractor personnel requiring access and their expected date/time of arrival at the earliest practical moment. The GPOC will initiate actions in accordance with current DFAS-CO procedures concerning visitors to accommodate contractor employees. 6. INVOICING: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. (ref. clause 252.232-7003). When the 2-in-1 or Combined invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 7. INVOICING SCHEDULE: The contractor shall invoice as follows: 25% of the order amount when approximately 750 of the chairs are cleaned; 50% of the order amount when approximately 1,500 of the chairs are cleaned; 75% of the order amount when approximately 2,250 of the chairs are cleaned; The balance shall be invoiced upon order completion. 8. PERIOD OF PERFORMANCE: From the date of award through September 30, 2007. END OF STATEMENT OF WORK The anticipated period of performance is from date of award until completion (NLT September 30, 2007). Place of performance is Columbus, OH. FOB destination. The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. FAR 52.212-2 Evaluation ?Commercial Items, is applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Addenda to FAR 52.212-2 Evaluation ?Commercial Items, is applicable. The Government will award a contract resulting from 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: Price and Past Performance. Prices. Price will be evaluated using price analysis techniques. A single award will be made to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. In making the best value determination, the Government will make a comparative assessment of the offerors. All quotes will be evaluated to determine that the offered price(s) reflect a technical understanding of the requirement and those considered unrealistic may be rejected. Past Performance. Please submit information on your experience and/or past performance performing similar tasks. The offeror may provide past performance information, as follows, for consideration: a. A list of contracts, commercial or Government, performed within the past two years, limited to three (3) Government and three (3) commercial contracts for the same or similar service. The offeror shall provide or include a point of contact (POC) address, telephone number, an average dollar amount of the contract per annum, the period of performance and a sample listing of the services provided for under the commercial contracts. For any Government contracts, provide the Government agency, a (POC), telephone number, appropriate contract number, estimated dollar value of the contract, period of performance and a sample listing of the items provided. The Government reserves the right to limit the number of references it decides to contact. b. A listing of any ?problems? or discrepancies experienced within the past year for the contracts or customers reported in reference to paragraph ?a? above. Include a brief description of how these problems were addressed and remedied. Offerors are to complete paragraph (j) of this provision, 52.212-3, Offeror Representations and Certifications-Commercial Items, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. The Service Contract Act applies. Wage Determination Number 2005-2417, Revision No. 3, dated 11/21/2006 will be incorporated in any resulting award. The Defense Priorities and Allocations System (DPAS) rating for this requirement is DOC9. Offers are due by 5:00 PM EST on April 24, 2007. Facsimile and email quotes are acceptable and preferred. Offers may be submitted by email, facsimile or mail and forwarded to: Point of Contact: Esther Hayden DFAS Contract Services Directorate 3990 E. Broad Street Bldg 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1971 Fax Number: 614-693-1808 Email address: Esther.Hayden@dfas.mil Furnished quotes to this POC on or before the closing time listed in this RFQ. In order to schedule an on-site visit contact: Mr. Pat Haag, 614-693-6019.
 
Place of Performance
Address: 3990 E. Broad Street, Bldg 21, Columbus, Ohio
Zip Code: 43213-1152
Country: UNITED STATES
 
Record
SN01270449-W 20070412/070410221601 (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.