Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOLICITATION NOTICE

S -- Custodial Services for former McClellan AFB, CA

Notice Date
12/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ AFCEE - AF Center for Engineering and the Enviroment, HQ AFCEE/AC, 3300 Sidney Brooks, Brooks City-Base, Texas, 78235-5112, United States
 
ZIP Code
78235-5112
 
Solicitation Number
FA8903-09-Q-8004
 
Archive Date
1/21/2009
 
Point of Contact
Dianna G. Saenz,, Phone: 210 536-6381, Naomi Alvarado,, Phone: 210-536-4523
 
E-Mail Address
dianna.saenz@brooks.af.mil, naomi.alvarado@brooks.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 requirement is issued as a Request for Quotation (RFQ). The NAICS for this requirement is 561720. The size standard is $16.5M. This is 100% set-aside for small business. The Government intends to issue a single Blanket Purchase Agreement (BPA) IAW FAR part 13.303-3, for a 12 month period for Custodial Services for Building 10, at the former McClellan AFB, CA. Contractor's place of business must be located within a 75 mile radius of McClellan, CA 95652. Calls under the subsequent BPA will be paid by Government Purchase Card (GPC). Awardee must have an individual account with their bank for processing GPC payments. No third party payment is allowed for GPC payments. Awardee must have the capability to accept the GPC credit card. The Government may award any, all or no line items. ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) TO BE CONSIDERED FOR AWARD. OFFERORS CAN COMPLETE THE ANNUAL REPRESENTATIONS AND CERTIFICATIONS ELECTRONICALLY AT http://orca.bpn.gov. Award selection will be made based on price and other factors in accordance with FAR 52.212-2, Evaluation-Commercial items. Evaluations factors in descending order are Quality of Service, Past performance/Experience and Price. Quality of Service: Contractor qualifications shall include technical skills, management ability and equipment/supplies required to perform all duties described in the PWS. A description of the contractor's methods for achieving high quality of service shall be described in a one page statement submitted at the time and date of quote submittal. Past performance/Experience. This is the offeror's demonstrated experience providing similar services. Offeror will provide a brief description of each past experience referencing contract number, dollar value of requirement, point of contact's name, phone and e-mail. Price: Total Evaluated Price will include the sum of the following: CLIN 0001-1 LO Amount, CLIN 0002-1 LO Amount. CLIN 0003-1 LO Amount, CLIN 0004-1 LO Amount, CLIN 0005-1 LO TBD. At time of award, an amount determined by the government may be inserted at CLIN 0005 for over and above needs. This amount is not considered in the evaluation and has no impact on the evaluation or selection for award. Firm Fixed Price ITEM 0001 QTY U/I AMOUNT 1 LO $________ DAILY, WEEKLY JANITORIAL SERVICES IAW ATTACHED PWS AT BLDG 10, 3411 OLSON, MCCLELLAN, CA 95652. Contractor to insert monthly charge here ______. Number of Months: 12 Contractor to multiply the monthly charge by number of months and enter the product in unit price and amount. Contractor shall furnish all labor, materials, parts, equipment, facilities, transportation and supervision necessary to perform janitorial services at 3411 Olson Street, Air Force Real Property Agency (AFRPA) located at McClellan, CA in accordance with attached Performance Work Statement (PWS). Firm Fixed Price ITEM 0002 QTY U/I AMOUNT 1 LO $_________ WET EXTRACTION CARPET CLEANING (ANNUAL)- Contractor shall furnish all labor, materials, parts, equipment, facilities, transportation and supervision necessary to perform janitorial services at 3411 Olson Street, Air Force Real Property Agency (AFRPA) located at McClellan, CA in accordance with attached Performance Work Statement (PWS). Firm Fixed Price ITEM 0003 QTY U/I AMOUNT 1 LO $________ INTERIOR-EXTERIOR WINDOW CLEANING (ANNUAL)- Contractor shall furnish all labor, materials, parts, equipment, facilities, transportation and supervision necessary to perform janitorial services at 3411 Olson Street, Air Force Real Property Agency (AFRPA) located at McClellan, CA in accordance with attached Performance Work Statement (PWS). Firm Fixed Price ITEM 0004 QTY U/I AMOUNT 1 LO $________ SURFACE CLEANING(ANNUAL) - Contractor shall furnish all labor, materials, parts, equipment, facilities, transportation and supervision necessary to perform janitorial services at 3411 Olson Street, Air Force Real Property Agency (AFRPA) located at McClellan, CA in accordance with attached Performance Work Statement (PWS). ITEM 0005 QTY U/I AMOUNT 1 LO TBD OVER AND ABOVE NEGOTIATED ITEMS/SERVICES IN SUPPORT OF CLINS 0001, 0002, 0003 AND/OR 0004 AS REQUIRED. Contractor shall furnish all labor, materials, parts, equipment, facilities, transportation and supervision necessary to perform janitorial services at 3411 Olson Street, Air Force Real Property Agency (AFRPA) located at McClellan, CA in accordance with attached Performance Work Statement (PWS). PERFORMANCE WORK STATEMENT (PWS) CUSTODIAL SERVICES - MC CLELLAN, CA 95652 1. SCOPE OF SERVICES: The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to complete the following work. a. Custodial service for Air Force Real Property Agency (AFRPA) McClellan, CA, located at 3411 Olson Street (Building 10). Scope of this contract may also include cleaning service at other AFRPA retained facilities in addition to Building 10. Those services will be negotiated under the applicable Contract Line Item Number (CLIN) of this contract. b. Vacuum all carpeted areas of the occupied areas on the first and second floors of Building 10 once a week and the unoccupied areas (shaded area) of the second floor once per month (approximately 7,000 sq ft). Vacuum cleaner used in Building 10 shall have the capability for a High Efficiency Particulate Air (HEPA) air filter system. Vacuum cleaner HEPA air filter system shall be used at all times unless specifically waived by the Contracting Officer (CO). c. Sweep and mop floors in both east and west entrances and stairwells in east, center, and west ends of all three floors of Building 10 once a week and the shaded areas of the second floor and basement once per month. Top of stairwells handrails and posts will be cleaned weekly. d. Empty and dispose of interior trash, recyclables (paper & PET), shredder and cardboard receptacles of Building 10. Appropriate dumpsters are located adjacent to building and the lids will be closed after use. Receptacles will be emptied on Tuesdays and Fridays except in the basement, where they will be serviced once a month. Trash receptacles will receive fresh replacement liners at each service. Contractor will empty all trash receptacles and ash trays around exterior of Building 10 weekly. e. Contractor will clean restrooms in Building 10 (first and second Floors) daily. Sinks, countertops, toilet bowls, urinals shall be brushed, cleaned and sanitized. Floors shall be swept, mopped and rinsed using appropriate cleaners and rinsed to remove detergent residues. Restrooms will be placarded warning occupants of unsafe surface conditions. Toilet seat covers, soap and paper towel dispensers shall be restocked. Automatic aerosol deodorizer dispensers will be maintained in all restrooms on the first and second floors. Fragrance options will be selected by the Base Point of Contact (POC). f. Clean and remove water stains from the inside and outside glass surfaces of the southeast and southwest entries weekly. g. Interior-Exterior Window Cleaning: Clean and remove water stains on first and second story windows of Building 10 inside and out once a year. This work can be done during normal duty hours, but will be completed between the months of May-July of each year. h. Wet Extraction Carpet Cleaning: Carpeting shall be cleaned once a year for Building 10 utilizing wet extraction method. Carpet cleaning will include edge and corner brushing and vacuuming. Carpet spot treatment may be required for stained areas. This work will be completed outside normal duty hours and between the months of May-July of each year. Vendor will notify Base POC of any areas where carpet needs gluing. i. Annual Surface Cleaning: Use an effective cleaning solution to clean ventilation ceiling vent covers (approximately 195 vent covers), all door trim and door jams, windowsills, outside of fluorescent light fixture enclosures and lenses, Venetian blinds, storage cabinet tops and chair rails for all three floors once a year. In addition, surface areas of fabric covered partitions will be vacuumed. This work will be completed outside normal duty hours and between the months of May-July of each year. j. When requested by the Base POC, cleaning of rubber floor surfaces at southeast and southwest entrances and restrooms with commercial floor strippers shall be accomplished. k. Contractor will provide all hand soap, cleaning solutions, paper products, trash liners, air deodorizers and supplies necessary to complete the work. 2. A copy of the PWS and weekly checklist will be posted in Building 10. At the completion of each scheduled maintenance visit (prior to departure), the person performing the service will initial completed tasks on the checklist. 3. PERFORMANCE PERIOD: Period of performance is award date - one year performance. 4. WORKING HOURS: The cleaning services shall normally be accomplished during the hours of 0730 - 1500 Monday through Friday, excluding federal holidays and weekends, unless special arrangements are agreed upon in advance. Contractor will submit a schedule for approval by the CO that will detail what days and times services will be performed. This schedule will need to be submitted seven working days prior to the contract start date. Any requests for changes will be made by the CO three calendar days after receipt. Service missed due to holidays, building closures or room unavailability will be rescheduled with the Base POC, but will normally take place on the next business day following the building closure. A room that is unavailable on the scheduled day of service is not a reason, unless excused by the Base POC, for not servicing the room at a later time. Specific timeframe for seasonal/yearly cleaning requirements will be scheduled with the Base POC. Ensure all doors and windows are locked when not in the area. 5. REGULATIONS: The Contractor shall conform to all federal, state and local regulations pertaining to safety, traffic, fire security and permits insofar as they apply to the contractor's activities. The contractor shall confirm to all applicable standards published in the Federal Register or any other national consensus standard adopted by the Secretary of Labor in compliance with the Occupational Safety and Health Act (OSHA), Public Law 91-596. 6. CHANGES: No change in the work effort shall begin until approval has been issued by the CO. Immediately notify the CO in writing of any potential changes in the schedule or scope of work. 7. INSPECTION AND PAYMENT: The Base POC will conduct a site inspection weekly and report any work that has not been completed. Contractor shall appoint a Contract Manager and notify the CO within 10 days of award of that individual's name and phone number. Contractor shall be paid on a monthly basis in arrears. Payments shall be made by Government Purchase Card (GPC) following receipt of invoice for services rendered. Contractor shall have the ability and willingness to accept Government Credit (Purchase) Card as method of payment. 8. POCs: CO Dianna Saenz (210) 536-6381 Dianna.Saenz@brooks.af.mil Buyer Rey Nieto (210) 536-4241 Rey.Nieto@brooks.af.mil COR Al Weilbacher (210) 536-4541 Al.Weilbacher@brooks.af.mil Co-COR Paul Bernheisel (916) 643-0830 x 240 Paul.Bernheisel@lackland.af.mil Base POC/ GPC Cardholder Michael Swart (916) 643-0830 x 230 Mike.Swart@lackland.af.mil Co-GPC Cardholder Terie Glaspey (916) 643-0830 x 101 Terie.Glaspey@lackland.af.mil Co-GPC Cardholder Debra Bahr (916) 643-0830 x 101 Debra.bahr@lackland.af.mil 9. This requirement is nonessential. Contractor's place of business must be located within a 75 mile radius of McClellan, CA. 95652. 10. SQUARE FOOTAGE AND CLEANING AREAS: Approximately 21,000 sq ft of floor space on first and second floors require weekly services. 7,000 sq ft of floor space on the second floor and 3,500 sq ft of floor space in the basement requiring monthly floor cleaning/vacuuming. One set of men's and women's restrooms on the first floor, and one set of each on the second floor. Restrooms in the basement area are excluded from services under this SOW. 11. The Contractor's Program Manager is required to physically visit AFRPA 3411 Olson Street, Building 10, McClellan, CA at least monthly. 12. The Contractor's Program Manager/POC must be available by telephone on a daily basis and, if required, respond by telephone or email to any service problems with a corrective plan of action within 2 hours of notification. Wage Determination 2005-2055 Revision 7, dated 05/29/2008 applies.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f362aa6699d6ceb72a71a58007b48bc&tab=core&_cview=1)
 
Place of Performance
Address: 3411 Olsen Street, McClellan AFB, California, 95652, United States
Zip Code: 95652
 
Record
SN01719397-W 20081218/081216214746-2f362aa6699d6ceb72a71a58007b48bc (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.