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 -- BURLEY JANITORIAL SERVICES

Notice Date
2/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
L09PS00083
 
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 L09PS00083. 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 - Burley Administrative Site, Quantity 12 months Estimated Start Date: February 23, 2009 1.0REQUIREMENT A.This contract requires the contractor to provide janitorial services as described below at the Bureau of Land Management Administrative Site, Burley, Idaho, in strict accordance with the Statement of Work. Except as may otherwise be specified, all work shall be performed outside the Government's regular working hours, after 4:30 pm and prior to 7:30 am Monday through Friday and on Saturdays or Sundays with prior approval from the Contracting Officer (CO). B.The area of work consists of three buildings; warehouse building (south building) approximately 672 square feet, operations building (north) approximately 5,328 square feet, and fire office (west) approximately 5,300 square feet. The contractor shall furnish all labor, supplies, materials, equipment, and supervision with the exception of materials to be furnished by the Government which are specified in Paragraph 2.0. 2.0GOVERNMENT-FURNISHED MATERIALS The Government will furnish light bulbs and bathroom supplies such as paper hand towels, toilet tissue, and hand soap. 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 Contracting Officer's Representative (COR). During execution of the work, the contractor shall take special care to protect Government property including furniture, walls, baseboards, and other surfaces from materials not intended. Accidental splashes shall be removed immediately. The Contractor shall return areas damaged as a result of work under this contract to their original condition, at contractor's expense, to include painting, refinishing, or replacement, if necessary. No unauthorized personnel or unsupervised children will be allowed during cleaning. Contractor shall perform services as scheduled below: 4.1Basic Services: (a)Furniture or other equipment (including waste containers) moved while performing basicservices shall be returned to their original position. Performance requirements for theseservices include the following: (b)Space Cleaning. Space cleaning shall consist of the following services per the following schedule: (One (1) time weekly between time of award and April 30, 2009 and two (2) times weekly from May 1, 2009 through October 31, 2009). (c)Sweeping/Dust Mopping: Concrete/ quarry tile, terrazzo, wood, and resilient flooring shall be swept or dust mopped so as to remove all loose dirt, dust, and debris. (d)Vacuuming Carpets and Rugs: Carpeted areas and rugs shall be vacuumed free of all loose soil and debris. (e)Emptying Waste Containers: All waste containers shall be emptied. Any plastic liner with food wastes or that is soiled or leaking shall be replaced with a new plastic liner. Waste containers shall be washed monthly inside and outside utilizing a disinfectant and shall be free of odors. After washing, containers shall be wiped dry and new plastic liners installed. Boxes, cans, bottles, and other items placed adjacent to waste containers and marked "TRASH" shall also be removed and disposed. All waste collected shall be disposed of in the nearest outside trash collection point. Waste that falls on the floor and outside grounds during the waste removal shall be picked up and disposed of by the Contractor. (f)Low Dusting/Cleaning: All furniture, partitions, radiators, equipment, hand railings in stairways, grills, horizontal ledges, and sills shall be dusted. Desk tops will not be disturbed unless prepared for dusting. Computers are not to be touched. Walls, doors, and partitions shall be wiped clean (including glass in partitions and doors) to a height of 7'-0" above the floor level. If present, chalk boards, chalk trays, and erasers shall be cleaned. Corridor, lobby, and entrance walls and doors shall be cleaned. Miscellaneous hardware and bright metal work shall be wiped clean. Drinking fountains shall be cleaned and disinfected. All surfaces of drinking fountains shall be free of stains, smudges, and scale. (g)Cleaning Walk-off Mats: Each time floors are swept/dust mopped or vacuumed; walk-off mats in that area shall be cleaned. Soil and moisture underneath mats shall be removed and the floor shall be cleaned as appropriate along with the rest of the floor. The mats shall be returned to their original locations afterwards. (h)Damp Mopping: Prior to damp mopping, floors shall be swept/dust mopped. Floors shall be damp mopped with an approved cleaning solution to remove dirt, streaks, smears, and stains. (i)Stripping and Re-waxing Floors: Resilient flooring shall be swept/dust mopped and stripped to remove all built-up wax and imbedded dirt prior to re-waxing. After application of wax, areas shall be buffed (if required) sufficiently for maximum gloss and uniform sheen from wall to wall, including corners. The re-waxed floor shall present a clean appearance free from scuff marks or dirt smears. Furniture or other equipment moved during floor stripping and re-waxing shall be returned to their original positions. Stripping and waxing shall be performed in the Operations Building (north) one time during the year between October and December. Stripping and re-waxing in the warehouse building (south) shall be performed three times a year at equal intervals throughout the contract. Stripping and re-waxing in the fire office (west) shall be the same as the warehouse building. (j)Cleaning Restrooms: Restroom fixtures, including water closets, urinals, lavatories, and sinks shall be washed inside and outside utilizing a disinfectant, and shall be free of stains and odors. Pumice sticks and an approved toilet bowl cleaner shall be used to remove stains from urinals and water closets. Brushes, sponges, and cloths that have been used to clean any other part of the restroom (including water closets, urinals, walls, floors, and partitions) shall not be used to clean lavatories or sinks. Floors shall be swept/dust mopped free of dirt and mopped with a disinfectant. Floor drains shall be cleaned and flushed with a disinfectant. Wainscoting, partitions, walls, and doors shall be cleaned free of dirt, stains, and graffiti. Mirrors shall be cleaned and polished. All metal fixtures and hardware shall be cleaned. Waste containers shall be emptied, disinfected, and plastic liners replaced. Shower stall rooms and locker/dressing rooms shall be considered part of the restrooms, and cleaned accordingly except between October 1 and May 31 the shower stall rooms shall be cleaned monthly. (k)Servicing Restrooms: Servicing restrooms shall include inspecting, replenishing, and cleaning supply dispensers. Restroom supplies shall include, but are not limited to, paper towels, toilet tissue, and soap. The Contractor shall stock restrooms with sufficient supplies to insure that the supplies will last until the next scheduled service. If dispensers become empty before the next scheduled servicing, the Contractor shall replenish them at no additional cost to the Government. (l)Relamping: Re-lamping services shall be provided for all light fixtures in the buildings/ spaces covered by the contract. The work shall include inspecting each building/space included in this contract quarterly and replacing all burned out and blinking fluorescent tubes and incandescent bulbs. (Light bulbs furnished by Government). (m)Cleaning Light Fixtures: Globes, reflectors, covers, diffusers, and plastic side panels shall be removed and washed semi-annually. After cleaning and reassembling, light fixtures shall be free of bugs, dirt, dust, grease, and other foreign matter. (n)High Dusting/Cleaning: High cleaning includes cleaning horizontal and vertical surfaces above 7'-0" from floor level including all overhead piping and ceiling areas. All dust, lint, litter, and soil shall be removed from all surfaces. Walls shall be free of dirt, smudges, and markings. Ceilings are to be free of cobwebs and loose dirt. This service shall be performed semi-annually. (o)Cleaning Exterior Glass: The Contractor shall thoroughly clean all exterior glass surfaces, window frames, sills, and sashes, from the ground line up to and including the second floor semi-annually. All glass surfaces shall be cleaned and left free of streaks and stains, and shall be wiped dry. All paint, putty, film, and foreign matter found on glass surfaces shall be removed. Where storm windows exist, exterior window cleaning shall include both sides of the storm window and the outside of the inner glass. This service shall be performed semi-annually. (p)Cleaning Interior Glass: The Contractor shall thoroughly clean all interior glass surfaces and associated window frames, sills, and sashes quarterly. All glass surfaces shall be cleaned and left free of streaks and stains, and all adjacent surfaces wiped dry. All paint, putty, film, and foreign matter found on glass surfaces shall be removed. This service shall be performed semi-annually. 5.0QUALITY ASSURANCE Quality will be validated by customer complaints. BLM employees will report unsatisfactory or non-performance of work to the COR or Project Inspector (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. 6.0BUILDINGS (a)Operations Building: Restrooms: 2 upstairs and 2 ground level (b)Offices: 3 upstairs and 3 ground level All hallways and stairwellsLocker Room: ground levelShowers: 2 ground levelLunch Room: upstairsCrew Room: upstairsConference Room: upstairsExercise Room: ground level (c)Warehouse Building: Offices: 2Restrooms: 2Hallways (d)Fire Office - West of Operations Building: Restrooms: 2Offices: 2 small, 1 largeHallwayLocker Room: 2Showers: 2Lunch Room /Crew RoomConference RoomExercise RoomFoyerVestibule 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=8385ef5eb2c3dcd3f6be80a492df4818&tab=core&_cview=1)
 
Record
SN01745130-W 20090207/090205220149-8385ef5eb2c3dcd3f6be80a492df4818 (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.