Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
DOCUMENT

S -- Carpet Cleaning for the NMCC - PWS for NMCC Carpet Cleaning Requirement

Notice Date
1/30/2009
 
Notice Type
PWS for NMCC Carpet Cleaning Requirement
 
NAICS
561740 — Carpet and Upholstery Cleaning Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
F1AF1N8303A002
 
Archive Date
2/28/2009
 
Point of Contact
Ronette C. McBean,, Phone: 301-981-2361
 
E-Mail Address
ronette.mcbean.ctr@afncr.af.mil
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Competitive Synopsis/Solicitation 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F1AF1N8303A002. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29. This acquisition is set-aside for Veteran-Owned Small Businesses. The North American Industry Classification System code is 561740 at $4.5 M size standard. The item description is as follows: The Government intends to award a carpet cleaning service contract, for services to be performed at the National Military Command Center (NMCC), Pentagon. The Contractor shall perform in accordance with the Statement of Work attached. Advanced payments are not authorized for this requirement. LINE ITEM 0001: NMCC Carpet Cleaning Requirement - Non-personal services to provide all management, tools, supplies, equipment and labor necessary to clean and shampoo approximately 95,000 square feet of carpet tile in the NMCC. All work shall be accomplished IAW the attached PWS Contractor shall utilize the below Line item structure when preparing quotes: ________ PER CLEANING SESSION x 2 SESSIONS PER PERFORMANCE PERIOD = ________________. Period of Performance: 01 April 2009 - 30 September 2009. LINE ITEM 1001 (Option Year 1): NMCC Carpet Cleaning Requirement - Non-personal services to provide all management, tools, supplies, equipment and labor necessary to clean and shampoo approximately 95,000 square feet of carpet tile in the NMCC. All work shall be accomplished IAW the attached PWS ________ PER CLEANING SESSION x 2 SESSIONS PER PERFORMANCE PERIOD = ________________. Period of Performance: 01 October 2009 - 30 September 2010. LINE ITEM 2001 (Option Year 2): NMCC Carpet Cleaning Requirement - Non-personal services to provide all management, tools, supplies, equipment and labor necessary to clean and shampoo approximately 95,000 square feet of carpet tile in the NMCC. All work shall be accomplished IAW the attached PWS ________ PER CLEANING SESSION x 2 SESSIONS PER PERFORMANCE PERIOD = ________________. Period of Performance: 01 October 2010 - 30 September 2011. LINE ITEM 3001 (Option Year 3): NMCC Carpet Cleaning Requirement - Non-personal services to provide all management, tools, supplies, equipment and labor necessary to clean and shampoo approximately 95,000 square feet of carpet tile in the NMCC. All work shall be accomplished IAW the attached PWS ________ PER CLEANING SESSION x 2 SESSIONS PER PERFORMANCE PERIOD = ________________. Period of Performance: 01 October 2011 - 30 September 2012. LINE ITEM 4001 (Option Year 4): NMCC Carpet Cleaning Requirement - Non-personal services to provide all management, tools, supplies, equipment and labor necessary to clean and shampoo approximately 95,000 square feet of carpet tile in the NMCC. All work shall be accomplished IAW the attached PWS ________ PER CLEANING SESSION x 2 SESSIONS PER PERFORMANCE PERIOD = ________________. Period of Performance: 01 October 2012 - 30 September 2013. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The awardee will be required to be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil immediately (NTE 10 days) after award. Contractors shall submit their DUNS, Cage Code and Tax ID along with their quote. Offers that fail to furnish the required information or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov). The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 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 and sub-factors shall be used to evaluate offers: 1. Factor 1: Technical Acceptability. Four (4) sub-factors establish the requirements of the acceptability set forth in the combined synopsis/solicitation, RFQ and Statement of Work. Each sub-factor is equally important. Failure to meet a requirement will result in an offer being determined technically unacceptable. a. Sub-factor 1: Ability to clean 95,000 square feet of carpet within a two week period. The offeror shall demonstrate what procedures will be used to complete the work in the designated time frame. b. Sub-factor 2: Usage of low moisture shampoo. The offeror shall demonstrate how to successfully remove all spots, stains and gum; while preventing damage to wires located near or under raised floors. c. Sub-factor 3: Drying process. The offeror shall demonstrate the ability to have all carpet areas completely dry within 30 minutes with no residue. d. Sub-factor 4: Site Visit. The offeror shall attend a site visit on 12 February 2009 (8am - 4pm); during which they will be required to demonstrate their technical capability by cleaning approximately 8' X 6' area of carpet space in the NMCC. The following information will be required by 5 February 2009 to request security passes for entry into the Pentagon on 12 February 2009: - Name (first, middle and last) and Social Security for each individual attending the site visit - Date of birth for each individual - City and State of birth for each individual - Complete Company's name - Detailed list of equipment being brought into the building - Vehicle description, to include license plate number - Two forms of identification must be carried on each person at all times 2. Factor 2: Past Performance. Offeror shall provide at least 3 references within the past 5 years with similar scope of work and capability. All references shall fill out the attached Past Performance Questionnaire and send directly back to AFDW Contracting Office. This form is not to come from the offeror. 3. Factor 3: Price. An offeror's proposed price will be determined by multiplying the estimated quantities identified in the Pricing Schedule by the unit price for each item for the period of performance. Contractor is not to price a service if there is no requirement (estimated quantity). If there is no charge for an identified requirement, "NO CHARGE" or "n/c" must be placed in the appropriate location on the Pricing Schedule and the contractor shall be committed to providing that service at no additional cost to the Government. Non-priced requirements shall be considered incomplete and may render the proposal unacceptable. The Government reserves the right to award to other than the lowest offeror. Technical and past performance, when combined shall be considered highly more important than pricing. 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 that 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. (End of Provision) FAR 52.212-3 Offeror Representations and Certification-Commercial items (Jun 2008) is applicable to this acquisition. All vendors must be registered in Online Representations and Certifications (https://orca.bpn.gov) at the time of Quote submittal. 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. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008) is hereby incorporated. The following clauses have been included by Reference: FAR 52.203-3, Gratuities (Apr 1984) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment (Sep 2006) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008) DFARS 252.204-7004, Alt A, Required Central Contractor Registration (Sep 2007) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Dec 2008) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) AFFARS 5352.201-9101, Ombudsman (as prescribed 5301.9103) (Aug 2005) AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2008). Apply to this acquisition specifically the following cited clauses: a) FAR 52.216-24, Limitation of Government Liability, (Apr 1984) b) FAR 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) c) FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Jun 2007) d) FAR 52.222-3, Convict Labor (Jun 2003) e) FAR 52.222-19, Child Labor (Feb 2008) f) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) g) FAR 52.222-26, Equal Opportunity (Mar 2007) h) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) i) FAR 52.222-41, Service Contract Act of 1964 (Nov 2007) j) FAR 52.222-50, Combating Trafficking in Persons (Aug 2007) k) FAR52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) l) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. (Oct 2003) m) FAR 52.233-3, Protest After Award (Aug 1996) n) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) o) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (April 1984) (End of Clause) FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _30 Days_ (End of Clause) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within _30 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _60 Days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _66_ months. (End of Clause) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond _30 Sep 2009. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond _30 Sep 2009; until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 5352.242-9000 Contractor access to Air Force installations (Aug 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management and any other DOD requirements. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) All responses must be received no later than 04:00pm Eastern Standard Time, 13 February 2009 to AFDW Contracting, 1535 Command Drive, Rm # D304, Andrews AFB, MD 20762 by mail, facsimile, or e-mail to ronette.mcbean.ctr@afncr.af.mil. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to Ronette C. McBean, Contract Specialist, Phone (301) 981-2361, FAX (202) 767-7894, E-mail to ronette.mcbean.ctr@afncr.af.mil or Susan Starks at 240-857-4729
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ec18ac527722d6becd07d6a970a1ad3a&tab=core&_cview=1)
 
Document(s)
PWS for NMCC Carpet Cleaning Requirement
 
File Name: PWS for the NMCC Carpet Cleaning Requirement (PWS NMCC Carpet Cleaning FY09.doc)
Link: https://www.fbo.gov//utils/view?id=e53982f2eebd9720465c821c7e0b27bc
Bytes: 43.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NMCC Facilities Engineering Office, 1600 AF Pentagon - Room MD863A, Washington DC 20330-1600, Washington, District of Columbia, 20330, United States
Zip Code: 20330
 
Record
SN01741130-W 20090201/090130215753-73988386d49bfe41de996154ef422d04 (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.