Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2008 FBO #2278
MODIFICATION

S -- Janitorial Services at Gerald R Ford International Airport

Notice Date
2/19/2008
 
Notice Type
Modification
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202, UNITED STATES
 
ZIP Code
22202
 
Solicitation Number
HSTS05-08-Q-OSO108
 
Response Due
3/5/2008
 
Archive Date
3/20/2008
 
Point of Contact
Danielle Thomas, Contract Specialist, Phone 571.227.3890, Fax 571.227.3219
 
E-Mail Address
Danielle.Thomas@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT ADDS THE STATEMENT OF WORK AND APPLICABLE WAGE DETERMINATION (SEE BELOW) The Transportation Security Administration (TSA) has a requirement to provide janitorial services at Gerald R. Ford International Airport (GRR) TSA checkpoint areas, located in Grand Rapids, Michigan. 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. The Request for Quotation number is HSTS05-08-Q-OSO108. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-23. This acquisition is set aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 561720 and the small business size standard for this NAICS code is $15.0 million dollars in annual receipts. The CLIN structure is as follows: CLIN 0001 Janitorial Services for Gerald R Ford Airport (GRR) TSA Checkpoint areas. See attached Statement of Work and Wage Determination Period of Performance: One year; Quan 12 MO Unit Price$ _______ per month; Total Amount $________ CLIN 1001 Option to extend services. Period of Performance: One year from completion of CLIN 0001; Quan 12 MO Unit Price $_______ per month; Total Amount$_______ CLIN 2001 Option to extend services. Period of Performance: One year from completion of CLIN 1001; Quan 12MO Unit Price $_______ per month; Total Amount$_______ CLIN 3001 Option to extend services. Period of Performance: One year from completion of CLIN 2001;Quan 12 MO Unit Price $_______ per month; Total Amount$_______ CLIN 4001 Option to extend services. Period of Performance: One year from completion of CLIN 3001; Quan 12 MO Unit Price $_______ per month; Total Amount$_______ TOTAL VALUE $_________ The Statement of Work (shown below) sets forth the contract requirements for janitorial services to be provided at Gerald R Ford International Airport, TSA Checkpoint areas. In addition, Wage Determination No. 2005-3029, revision 4 dated 06.19.07 is below. Site visits will be available starting Thursday, February 21, 2008 through Friday 29, 2008. To schedule a site visit, please contact Jim Ciluffo, Jr at 616.554.1069. NO technical or contractual questions will be answered nor will any additional instruction outside the Statement of Work be provided on the site visit. Should a vendor have questions of either nature please direct them to Danielle.Thomas@dhs.gov. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors ? Commercial applies to this acquisition. The provision at 52.212-2, Evaluation ? Commercial Items applies to this acquisition. (a) 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: Factor 1 - Technical Capability Factor 2 - Past Performance Factor 3 - Price The evaluation factors above are listed in descending order of importance. Technical capability and past performances when combined are more important than price. As offerors become more equal in technical capability and past performance, price becomes increasingly more important. Technical Capability: The technical proposal shall include technical capability of the item offered to meet the Government requirement. Offerors are to address how they plan to meet the requirements in the Statement of Work. Limit the response to no more than five pages. Responses to this quotation merely re-stating the requirements will be rejected as non-responsive. Past Performance: Provide two (2) referenced contracts within the past three (3) years. The three referenced contracts should be similar in scope and complexity to what is required under this RFQ. Provide a short description of the contract, dollar value, and a customer point of contact (POC) name, phone number and email address. Price Proposal: Provide the pricing by month for the basic first year period and all four (4) yearly option periods. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR provisions and clauses are applicable to this acquisition: 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.223-10, Waste Reduction Program; 52.232-1, Payments; 52.232-25, Prompt Payment; 52.233-3, Protest After Award (Aug 1996). The following clauses in 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.225-1, Buy American Act ? Supplies; 52.232.33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.222-41, Service Contract Act of 1965. These provisions and clauses may be found online at www.acquisition.gov/far. Quotes are due no later than 5:00 pm (EST) on March 5, 2008. Quotes shall be submitted via email in a MS Word, MS Excel, or PDF format to Danielle.Thomas@dhs.gov and Jim.Dawson@dhs.gov. Anticipated contract award is Friday, March 21, 2008. The successful offeror has one business day from award date to submit all required information needed to complete airport screening requirements to GRR airport police. Airport screening information can be located online at www.grr.org/Police.php. The anticipated effective date of this contract is March 26, 2008 (performance start date). Please direct all questions via email to Danielle.Thomas@dhs.gov no later than 3:00 EST, February 29, 2008. Questions received after this date and time will not be addressed. Additionally, all submissions must include the following: 1. Company Information (point of contact, address and telephone number) 2. Tax Identification Number 3. Dun & Bradstreet Number (DUNS) 4. Completed and signed copy of FAR 52.212-3, Representations and Certifications 5. Central Contractor Registration (CCR) is required prior to contract award. Please confirm that CCR is completed or will be completed by the anticipated award date. Statement of Work Statement of Work Gerald R. Ford International Airport Grand Rapids, MI 1. Organization 1.1. Identification and Address: Headquarters: Transportation Security Administration 601 12th Street South Arlington, VA 22202-4220 Service provided at: Gerald R. Ford International Airport 5500 44th Street SE Grand Rapids, MI 49512 2. Project Background and Objectives Janitorial services are required for the security checkpoint space occupied by the Transportation Security Administration (TSA) within the Gerald R. Ford International Airport (GRR). 3. Technical Services Required 3.1. Scope of Work The Contractor shall provide janitorial services in the areas listed below and ensure the facilities are cleaned according to health, safety and industry standards. Checkpoint Space Sq. Ft. Checkpoint A 448 Checkpoint B 480 Total Space 928 The Contractor shall provide all labor, supervision and cleaning supplies necessary for maintenance of Checkpoints A and B at GRR as specified above. Services for the Checkpoint space shall take place between the hours of 8:00 a.m. and 11:00 p.m. and are required 7 days per week including Federal holidays as specified in section 3.2. 3.2. Daily Services 1. Empty all trash containers and insert new trash liners, once during the morning hours between 9:00 a.m. and 11:00 a.m. and once during the evening hours between 8:00 p.m. and completed prior to 10:30 p.m. Trash and recyclables shall be disposed in designated trash compactors (one for cardboard and one for regular trash) located on the airport property. 2. Damp mop (disinfect) all hard surface floors once during the morning hours between 9:00 a.m. and 11:00 a.m. and once during the evening hours between 8:00 p.m. and completed prior to 10:30 p.m. 3.3. Bi-Monthly Service: ? None. 3.4 Quality Control The Contractor shall develop and maintain a quality control plan with checklist to ensure all tasks are performed in accordance with the terms of the contract. The plan shall include a procedure for conducting and documenting periodic quality control reviews by the Contractor. 4. Storage TSA will provide space in storage room #11-11 on Concourse B for the contractors storage of any supplies and equipment to perform services under this contract.. 5. Contractor Furnished Resources The Contractor shall furnish all cleaning supplies and equipment necessary to accomplish tasks as stated in this Statement of Work (SOW). The Contractor shall use products and equipment consistent with clause 52.223-10, Waste Reduction Program (August 2000) . For example, products shall be considered environmentally beneficial and/or recycled, phosphate-free, non-corrosive, non-flammable, and fully biodegradable. The Contractor shall minimize the use of harsh chemicals that may release irritating fumes. The Contractor shall use paper and paper products with recycled content conforming to EPA specifications. 6. Security Requirements Contractor employees are required to meet all airport security screening requirements which include criminal history, background and fingerprint check. Additionally, Contractor employees working in this facility require a Secure Identification Display Area (SIDA) badge. In order to receive a SIDA badge Contractor employees must successfully pass the required test. The purpose of this test is to ensure proper behavior in restricted areas. These security requirements shall be met prior to the start of the contract and prior to start of work by new employees. The Contractor is responsible for fees associated with the security requirements. 7. Business Requirements The Contractor shall meet and maintain all insurance and bonding requirements established by the local county government for doing business on airport property. 8. Period of Performance The period of performance for these services is for a one year base period after date of award plus (4) one-year option periods. 9. Government Contacts TSA GRR POC: James V. Ciluffo, Jr. TSA-GRR 4665 Broadmoor Avenue, Suite 250 Grand Rapids, MI 49512 Phone: (616) 554-1069 Fax: (616) 554-9444 TSA HQ COTR: Roger Friedt Program Analyst, Security Operations Transportation Security Administration 601 South 12th Street Arlington, VA 22202-4220 Phone: (571) 227-2284 Fax: (571) 227-7210 Contracting Officer: James J. Dawson Office of Acquisition, TSA-25 Transportation Security Administration 601 South 12th Street Arlington, VA 22202-4220 Phone: (571) 227-1993 Fax: (571) 227-3219 APPLICABLE WAGE DETERMINATION ______________________________ WD 05-3029 (Rev.-4) was first posted on www.wdol.gov on 06/26/2007 ****************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-3029 William W.Gross Division of | Revision No.: 4 Director Wage Determinations| Date Of Revision: 06/19/2007 _______________________________________|_______________________________________ State: Michigan Area: Michigan Counties of Allegan, Kent, Ottawa _______________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE 01000 - Administrative Support And Clerical Occupations 11000 - Janitor, Minimun Wage Rate $14.00 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-08-Q-OSO108/listing.html)
 
Place of Performance
Address: Gerald R Ford International Airport (GRR) 5500 44th Street SE Grand Rapids, MI
Zip Code: 49512
Country: UNITED STATES
 
Record
SN01512141-F 20080221/080219224926 (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.