Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
SOLICITATION NOTICE

S -- SHOSHONE JANITORIAL SERVICES

Notice Date
2/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Interior, Bureau of Land Management, Idaho Region, L ID-STATE OFC HR&ADMN SVCS(ID953)1387 S. VINNELL WAYBOISEID83709US
 
ZIP Code
00000
 
Solicitation Number
L09PS00084
 
Response Due
2/12/2009
 
Archive Date
3/14/2009
 
Point of Contact
Fort, Patricia A 208-373-3910, pfort@blm.gov<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number L09PS00084. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-29. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 561720. The Small Business Annual Receipts for the firm and its Affiliates, for the preceding three (3) fiscal years does not exceed $16.5 million. Line Item 0001 - Shoshone Field Office, Quantity 12 months Estimated Start Date: February 23, 2009 1.0REQUIREMENT A.This contract requires the Contractor to provide janitorial services at the Bureau of Land Management Offices in Shoshone, Idaho in strict accordance with this Statement of Work. Work hours will be performed outside the Government's regular working hours, after 4:30 p.m. and prior to 7:30 a.m. and on Saturdays or Sundays with prior approval from the Contracting Officer (CO). B.The area of work consists of approximately 10,000 feet of floor space in the main office building and approximately 6,500 feet of floor space in the fire management office building, shop building, and warehouse office. The Contractor shall furnish labor, supplies, materials, equipment, and supervision, with the exception of those materials to be furnished by the Government which are specified in Paragraph 2.0. 2.0GOVERNMENT-FURNISHED MATERIALS The Government will furnish light bulbs, toilet paper, paper towels, and hand soap. Government-furnished materials will be available at the radio bay of the shop building for the main office and shop. Government-furnished materials for the fire office will be available in the janitors closet of the fire building. 3.0CONTRACTOR FURNISHED MATERIALS All tools, equipment and other supplies, such as mops, brooms, dust cloths, cleaning compounds, plastic trash bags, wastebasket liners, etc. necessary to accomplish the work specified herein shall be furnished by the Contractor. Vacuums must be capable, or have attachments capable, of cleaning next to baseboards, around and under furniture, and other hard to reach areas. 4.0DESCRIPTION OF WORK The following specifications are minimum requirements and must be met or exceeded. Services to be performed under this contract shall be subject to inspection and acceptance by the Contraction Officer's Representative (COR). Contractor shall perform services as scheduled below: 4.1DAILY SERVICE (a)Empty waste baskets. Waste baskets must be lined with plastic trash bags. Waste paper and trash shall be collected in plastic trash bags and disposed of in receptacles provided outside of buildings. Plastic bags are to be securely tied before being placed in receptacles to avoid debris blowing from the container. Waste container in coffee rooms shall be emptied and washed daily and a plastic liner placed in the container. (b)Vacuum all carpets to remove litter. All tile and linoleum floors shall be swept and dust mopped. (c)Mop or scrub and disinfect toilet room floors, wash basins, toilet fixtures, urinals and water closets in all buildings. Damp wipe counter tops, toilet paper, towel, and other dispensers; also tile portion of toilet room walls and stall partitions. Remove splashings around wash basins and urinals. Empty sanitary napkin receptacles, clean, disinfect and dry. (d)Remove finger marks, spots and smudges from all mirrors. (e)Maintain adequate supplies of toilet paper, towels, and hand soap in toilet rooms and coffee room of all buildings. (f)Clean, disinfect and remove any stains from sink, table, and counter top in all coffee rooms. Mop or scrub and disinfect floor. (g)Change any burned out light bulbs in light fixtures and exit signs. When changing bulbs, thoroughly clean light fixture inside and out. New florescent tubes are located in the radio bay of the shop building and arrangements must be made with the COR to gain access to the tubes. Burned out florescent tubes shall be returned to the radio bay of the shop for proper disposal by District personnel. 4.2WEEKLY SERVICE (a)Wash windows and doors inside and outside and the push bars and handles on doors in all main entrances. (b)Sweep outside area of main office entrance, including walls, doorways, and sidewalk. (c)Clean, disinfect and remove all water spots and hard water deposits from all drinking fountains and sinks. (d)Thoroughly vacuum all carpeting, paying special attention to areas near baseboards, around furniture in corners, and hard to reach areas. (e)Thoroughly clean and disinfect all linoleum floors and stairwells. (f)Remove finger marks and smudges from all walls, woodwork, doors, etc. (g)Spot clean carpets; treat stained spots with spot cleaner that will not damage the carpet. (h)Dust tops of desks, tables, all cabinets, pop and candy machines, seats of chairs, and window sills. Do not touch computer equipment. 4.3MONTHLY SERVICES (a)Wash linoleum on walls in restrooms and coffee rooms. Wash wall behind sink and coffee pots in all coffee rooms to remove splashings. Wash outside and inside of doors on cabinets under counter top in coffee rooms. (b)Dust all walls, ceilings, horizontal ledges, and Venetian blinds. (c)Clean and vacuum all accessible air vents. (d)Wax all linoleum floors. (e)Wash desktops, counter tops, tables, all cabinets, pop and candy machines, and window sills. 4.4SEMI ANNUAL SERVICE (a) Wash woodwork, doors, Venetian blinds, and vinyl on walls in halls. (b) During the months of September and June, thoroughly wash all windows inside and outside on the ground floor and the inside only on the upper floor windows, leaving no streaks, water marks or hard water deposits. (c)During the months of September and June, thoroughly clean the skylight in the front office of the main building (clean both sides of the panels but do it from inside the building, do not go onto the roof) and clean all the light fixtures that are in the foyer. 5.0MISCELLANEOUS A.During the summer fire season months, May through September, shower stalls and adjoining dressing areas shall be cleaned not less than every week with a disinfectant to maintain in a sanitary condition and to remove hard water deposits. B.During the non fire season, October through April, shower stalls and adjoining dressing areas shall be cleaned once a month with a disinfectant to maintain in a sanitary condition and to remove hard water deposits. 6.0QUALITY ASSURANCE Quality will be validated by customer complaints. BLM employees will report unsatisfactory or non-performance of work to the COR or PI. If validated by the Government, contractor will be notified and shall correct the deficiency within 24 hours. If COR and/or PI receives three or more of the same type complaints during a 4 month span, a letter of show cause will be sent to the contractor and a meeting with contractor, COR and CO will be arranged to clarify problems. If after meeting two more complaints of same type occur and COR validates them, the contract may be terminated. The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52,212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance, and price listed in descending order of importance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. FAR 52.212-03 Offeror Representations and Certifications - Commercial Items; FAR 52.212-04 Contract Terms and Conditions - Commercial Items; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-06; FAR 52.222-03; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); (paragraph (c) following clauses apply; FAR 52.222-41; FAR 52.222-42); FAR 52.204-07 Central Contractor Registration; FAR 52-211-05 Materials Requirements; FAR 52.223-03 Alt. 1 Hazardous Material Identification and Material Safety Data; FAR 52.223-06 Drug-Free Workplace. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms. Offers are due at the above office by close of business Thursday, February 12, 2009. Fax quotes will be accepted at (208) 373-3915. For additional information contact Patricia A. Fort, Contracting Officer at (208) 373-3910. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=575aaad05d082e096eba1204e1114d28&tab=core&_cview=1)
 
Record
SN01745129-W 20090207/090205220147-575aaad05d082e096eba1204e1114d28 (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.