Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

S -- JANITORIAL SERVICES FOR KENTUCKY AREA OFFICE AND LAB - NOTE TO OFFEROR

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
 
ZIP Code
20024
 
Solicitation Number
AG-6395-S-09-0081
 
Archive Date
5/23/2009
 
Point of Contact
Carol R. Dingess,, Phone: 6123363208
 
E-Mail Address
Carol.Dingess@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
WAGE DETERMINATION 2005-2221, REV 7 CLAUSE ADDENDUM GREEN CLEANING PRICE SCHEDULE STATEMENT OF WORK NOTE TO OFFEROR The United States Department of Agriculture (USDA) APHIS/VS in Frankfort, KY intends to contract for weekly janitorial services for their office and lab. This will be a firm fixed price contract for (1 ) base year and (2) two option years, including any and all cost but not limited to: overhead, general administrative costs, profit, insurance, and fuel costs. Performance on contract is set to begin October 01, 2009 Submit faxed quotations to Purchasing Section, at (612) 336-3554, Attention Carol Dingess. Quotations are due by MAY 8, 2009 by 4:00pm Eastern Time. Simplified procedures will be used as well as commercial item acquisition regulations per FAR12. A firm fixed price purchase order will be awarded. Small business set aside under NAICS Code: 561720, Small Business Size: $16.5 million. This is a combined synopsis/solicitation for 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. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: Instructions to Offerors and may be viewed on the website: www.arnet.gov/far Commercial Items 52.212-1; Evaluation Commercial items 52.212-2; Offeror Representations and Certifications 52.212-3; Contract Terms and Conditions Commercial items 52.212-4; Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items 52.212-5; 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). The following FAR clauses identified in FAR 52.212-5 are checked and are applicable to this acquisition 52.219-6 Notice of Total Small Business Set–Aside; 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). NAICS CODE: 561720 – Janitorial Services Size standard $16.5million 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965, as amended; 52.225-1 Buy American Act; 52.204-9 Personal Identity Verification of Contractor Personnel, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.247-21 Contractor Liability for Personal Injury and/or Property Damage, 452.211-74 Period of Performance, 452.237-74 Key Personnel, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR) CCR information can be found at http://www.ccr.gov. GREEN CLEANING The USDA is mandated by legislation and executive order to purchase products that are good for the environment. Below are minimum requirements for paper products, industrial wipes, and trash liners that must be used by Contractors in a USDA service contract. The successful Contractor will be required to meet or exceed the below-listed mandatory environmental-preferability criteria. The offered products must meet requirements as stated below: a. Disposable paper products: The disposable paper products must contain at least 100% recovered materials and 30% post-consumer product and manufactured without the additional use of elemental chlorine or chlorine compounds. b. Plastic trash bags: Plastic trash bags and other liners with a minimum of 30% post-consumer recycled content. c. General purpose industrial wipes: The general purpose industrial wipes must contain at least 100% recovered materials and 40% post-consumer content. d. Cleaning Fluids: Cleaning products shall have highest percentage of biobased products practicable. The cleaning fluids must be in accordance with Colorado Code of Regulations low VOC cleaning products OR Green Seal Standard GS-37 approved. Place of Performance USDA/APHIS/VS 105 CORPORATE DRIVE SUITE H FRANKFORT, KY 40601 Please check location address and be sure transportation cost is feasible. There will be no reimbursement for transportation costs to and from location(s). PLEASE CONTACT Mayme Whaley (PH: 502-848-2055 ) or Billie Lenear (PH: 502-848-2053 REGARDING ACCESS TO FACILITIES FOR WALK THROUGH SURVEY. ALL RESPONSIBLE SMALL BUSINESS SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. ****SPECIAL NOTE**** Offers shall include 52.212-3 Representations and Certifications, which may be submitted from the website: http://orca.bpn.gov. All offers must be signed. The Government will award a purchase order resulting from this solicitation to the responsible Small Business offeror whose offer conforming to the solicitation will be most advantageous to the Government. Price and other factors considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=50aa25274c8b4dccdc793962aaa65c13&tab=core&_cview=1)
 
Place of Performance
Address: USDA/APHIS/VS, 105 CORPORATE DRIVE, SUITE H, FRANKFORT, Kentucky, 40601, United States
Zip Code: 40601
 
Record
SN01784971-W 20090405/090403220044-50aa25274c8b4dccdc793962aaa65c13 (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.