Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
SOLICITATION NOTICE

Z -- JANITORIAL SERVICES - PERRY POINT, MD - RFP COVER

Notice Date
2/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ10T0001
 
Archive Date
3/24/2010
 
Point of Contact
Cynthia Vass-Frye, Phone: 2026066988
 
E-Mail Address
cvassfrye@cns.gov
(cvassfrye@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
RFP COVER 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. This solicitation is a request for proposal (RFP), reference number CNSHQ-10-T-0001. The RFP document and incorporated provisions and clauses are those in effect through FAC 2005-38 (Correction dated December 10, 2009). This solicitation is synopsized as competitive. NAICS code 561720 applies. The Corporation for National and Community Service, 1201 New York Ave, Washington DC, intends to award a firm fixed price contract based on the following. 1. Janitorial Services - Building 15 2. Janitorial Services - Dorm Building SUPPLIES OR SERVICES TO BE PROVIDED: This is a Firm Fixed Price (FFP) contract type that will be awarded via Open Market as set forth in the Statement of Work included herein. The award shall be made via the Lowest Cost Technically Acceptable (LCTA). This requirement is unrestricted. PERIOD OF PERFORMANCE: The period of performance for one (1) year base with four one (1) year options.. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS: CONTENT AND FORMAT OF SUBMISSION - A proposal submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section 1: Corporate Overview a. Company's Professional History in relation to Statement of Work b. Company's Facilities and Staff in relation to Statement of Work Section 2: Company's Technical Qualifications (All below items must be in relation to Statement of Work) a. Company's Professional Cleaning Qualifications b. Cleaning procedures (in relationship to Statement of Work) •a. Company's Overall Technical Capabilities •b. Key Personnel (Provide resumes representative of experience in relation to the prescribed Statement of Work). •c. Company must be within a 100-mile radius of the Place of Performance (Perry Point, MD). •d. Provide License and Bond information Section 3. Pricing Quotation Total Line Item Description Quantity Unit Each Price Base Year 0001 Building 15 12 Month $____ $____ 0002 Dorm 12 Month $____ $____ Option Year 1 0003 Building 15 12 Month $____ $____ 0004 Dorm 12 Month $____ $____ Option Year 2 0005 Building 15 12 Month $____ $____ 0006 Dorm 12 Month $____ $____ Option Year 3 0007 Building 15 12 Month $____ $____ 0008 Dorm 12 Month $____ $____ Option Year 4 0009 Building 15 12 Month $____ $____ 0010 Dorm 12 Month $____ $____ POP = Period of Performance NOTE: Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. The above criteria will be utilized to determine technical acceptability. ELECTRONIC SUBMISSIONS OFFERS MUST BE SUBMITTED ELECTRONICALLY (1) U.S. Postal Service, Over Night Carrier or Fax submissions shall not be an acceptable form of submittal. All sections shall be sent via one email. Place the RFP number within the subject line of your submittal. Electronically submitted proposals shall be sent to the following email address: cvassfrye@cns.gov Cynthia Vass-Frye, Contracting Officer **It is the contractor's/offerors responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The due date for the receipt of proposals is Tuesday, March 9, 1:00 PM Eastern Time.** (2) Any data previously submitted in response to another solicitation will be assumed unavailable to the Contracting Officer; and this data must not be incorporated into the technical offer by reference. (3) Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. (4) Offers must be legible, double spaced (personnel resumes may be single spaced), typewritten (on one side only), in a type size not smaller than 10 point pitch with a one-inch margin on all sides, on paper not larger than eight and a half by eleven inches and not exceeding the page limits established in this solicitation. Pages in excess of the individual limitations shall not be read, and the offer shall be evaluated as if the excess pages did not exist. PAGE RESTRICTIONS Listed below are the page restrictions by sections: Section 1- Corporate Overview shall not exceed five pages Section 2- Company's Technical Qualifications shall not exceed 25 pages excluding supporting documentation. Section 3- Pricing Proposal shall not exceed five pages Items not included within the page restriction count are as follows: Cover pages, Table of Contents, Resumes, Charts, Graphs, glossary of terms, exhibits, drawings, sample formats and items of an illustrative nature. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8 th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. QUESTIONS PERTAINING TO SOLICITATION (1) All questions shall be addressed to the Contracting Officer at the following email address: Cynthia Vass-Frye - cvassfrye@cns.gov Please send all questions via email. Questions will be taken or answered over the phone or by fax. Please include in the subject line " CNSHQ-10-T-0001 - Janitorial Services ". Once questions are compiled, they will be answered and posted on www.gsaadvantage.gov. QUESTIONS PERTAINING TO SOLICITATION (1) All questions shall be addressed to the Contracting Officer at the following email address: Cynthia Vass-Frye, Contracting Officer at cvassfrye@cns.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include the Request for Proposal (RFP) Number in the subject line. Once questions are compiled they will be answered by an issued amendment to the solicitation. QUESTIONS PERTAINING TO SOLICITATION (1) All questions shall be addressed to the Contracting Officer at the following email address: Cynthia Vass-Frye - cvassfrye@cns.gov Please send all questions via email. Questions will be taken or answered over the phone or by fax. Please include in the subject line " CNSHQ-10-T-0001 - Janitorial Services ". Once questions are compiled, they will be answered and posted on www.gsaadvantage.gov. (2) Questions will be permitted from August 22, 2009 through August 27, 2009. Questions submitted after August 27, 2009 2:00 pm Eastern Time shall not be answered. Offeror shall complete the attached Proposal Cover page in its entirety, submit Current ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications -Commercial Items in its entirety, and submit with proposal. **O fferors that submit proposals without the proposal cover page, ORCA/FAR 52.212-3 will be deemed non-responsive and will not receive consideration for award. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition. FAR 52.212-3 Offeror Representations and Certifications- Commerical Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal and past performance may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.217-8 FAR 52.217-9 FAR 52.222-3 FAR 52.222-19 FAR 52.222-21 FAR 52.222-26 FAR 52.222-36 FAR 52.232-19 FAR 51.232-33 FAR 52.222-53 STATEMENT OF WORK I. Introduction The Corporation for National and Community Services, AmeriCorps NCCC Atlantic Region Campus located at Maryland Veterans Administration (MVA) facility, Perry Point, Maryland is seeking to establish a contract vehicle to provide routine janitorial services. The facilities to be serviced include the specific following locations: VA Maryland Health Care System, NCCC Atlantic Region Administrative Offices, Building 15, Boiler House Road, and Building 9H (Dorm), Avenue D, Perry Point, MD II. General Services : A. Administrative Offices, Building 15 - 10,500 Square Feet The Contractor shall be responsible for satisfactorily performing cleaning services for all offices/classrooms, glass enclosures/entryways, hallways, breakout rooms and restrooms, approximately 10,500 sq.ft. three (3) times per week, specifically Monday, Wednesday and Friday,work should not start before 4:30 PM, including but not limited to: •1. All trash containers shall be emptied and returned to their initial location. Boxes, cans, paper placed near a trash receptacle and marked "TRASH" shall be removed. Any obviously soiled or torn plastic trash receptacle liners shall be replaced. Trash receptacles shall be left clean, free of foreign matter, and free of odors. 3 times per week, •2. Vacuum all carpeted floors (offices, classrooms, copier room and hallways), not less than 1 time per week, additional if needed, nte 3 times per week. All tears and unraveling shall be brought to the attention of the COTR. •3. Dust furniture which includes all computers, all windowsills, all desk and shelves in office 3 times per week and high dust once a month around ceilings. (Not to disturb papers or files on individuals desks. •4. Clean glass entrance ways 3 times a week,. Outside entrances once a week. •5. Wet mop floors (restrooms and foyers) with an approved germicidal disinfectant solution once a week. •6. Scour, wash and disinfect all basins and bowls with approved germicidal solution, including the tile or painted walls near the toilets. Remove stains as necessary and clean the underside of the rims of the toilet bowls. The contractor will scour, wash, and disinfect all walls from finished floor upward for the four (4) foot area surrounding all toilets and urinals •7. Clean countertops, sinks and mirrors, windowsills and stall enclosures, 3 times per week. •8. Drinking Fountains shall be clean and disinfect all polished metal services including the orifices and drain, as well as exterior surfaces of fountain. Drinking fountains shall be free of streaks, stains and spots, smudges, scale and other obvious soil. •9. Fill and maintain mechanical operation of all toilet tissue holders, soap dispensers and towel dispensers. The fill of such receptacles to be in such quantity as to last for two business days or the next scheduled cleaning. •10. Shampoo carpets 3 times per year, and spot clean as needed, or upon request of NCCC Atlantic Region Deputy Director or Supply Support Specialist. Stripping and waxing all tiled floors twice yearly; vending area, utility room, bathrooms. B. Dormitory Building, 9H The contract for cleaning building 9H will only be in effect for a total of 11 weeks out of the year. These dates are approximately 4 to 5 weeks straight starting in early February. One (1) week starting around the end of April, two (2) weeks around mid July, one (1) week around the beginning of September and two (2) weeks in November. The Contractor shall be responsible for satisfactorily performing cleaning services for all common areas: glass enclosures/entryways, hallways, day/TV rooms, dining areas (kitchen areas other than floors are not included) and restrooms, approximately 24,000 sq.ft. three (3) times per week, specifically Monday, Wednesday and Friday,work should not start before 4:30 PM, including but not limited to: •1. All trash containers shall be emptied and returned to their initial location. Boxes, cans, paper placed near a trash receptacle and marked "TRASH" shall be removed. Any obviously soiled or torn plastic trash receptacle liners shall be replaced. Trash receptacles shall be left clean, free of foreign matter, and free of odors. 3 times per week, •2. Vacuum all carpeted floors in selected areas, (approx carpeted area is around 500 sq ft.) not less than 1 time per week, additional if needed, nte 3 times per week. All tears and unraveling shall be brought to the attention of the COTR. •3. Dust furniture which includes all computers, all windowsills, all desk and shelves in office 3 times per week and high dust once a month around ceilings. •4. Clean front glass entrance way 3 times a week,. Additional entrances once a week. •5. Wet mop tiled floors with an approved germicidal disinfectant solution once a week. •6. Scour, wash and disinfect all basics and bowls with approved germicidal solution, including the tile or painted walls near the toilets. Remove stains as necessary and clean the underside of the rims of the toilet bowls. The contractor will scour, wash, and disinfect all walls from finished floor upward for the four (4) foot area surrounding all toilets and urinals •7. Clean restroom countertops, sinks and mirrors, windowsills and stall enclosures, 3 times per week. •8. Drinking Fountains shall be clean and disinfect all polished metal services including the orifices and drain, as well as exterior surfaces of fountain. Drinking fountains shall be free of streaks, stains and spots, smudges, scale and other obvious soil. •9. Fill and maintain mechanical operation of all toilet tissue holders, soap dispensers and towel dispensers. The fill of such receptacles to be in such quantity as to last until the next scheduled cleaning. •10. Shampoo carpets 3 times per year, and spot clean as needed, or upon request of NCCC Atlantic Region Deputy Director or Supply Support Specialist. Stripping and waxing all tiled floors twice yearly. C. CONTRACTOR SUPPLIES : 1. Contractor shall be responsible for supplying all equipment, materials and supplies (i.e. facial tissue, soap, trash can liners, garbage bags, cleaning solutions, etc.) These solutions are to be properly stored in an area designated by the COTR. 2. Contractor shall supply proof of liability insurance. III. Inspection: Inspection and acceptance of work will be done by the Contracting Officer Technical Representative (COTR) who will be designated at time of award. IV. Ordering Services and Invoicing: The COTR will be the Point of Contact for coordination of services noted herein as follows: Dave Beach, Deputy Director, office @ 410-642-2411 x 6848 or cell @ 443-995-7807 Contact for invoicing and billing questions: Kathleen L. Hamilton, Resource Manager, 410-642-2411 x6868 V. Service Guarantees : Contractor shall provide a 100% satisfaction guarantee for the services to be performed by the contractor. VI. Contractor : •· Must be experienced in commercial and industrial janitorial services •· Licensed and Bonded per State requirements •· Must provide all cleaning supplies ad all paper products V. Period of Performance on or about: Base Period: April 1, 2010 thru March 31, 2011 Option Year One: April 1, 2011 thru March 31, 2012 Option Year Two: April 1, 2012 thru March 31, 2013 Option Year Three: April 1, 2013 thru March 31, 2014 Option Year Four: April 1, 2014 thru March 31, 2015 VI. Security and Privacy The Contractor will ensure that services and products provided under a contract resulting from this solicitation shall comply with the Corporation's information security program and privacy program policies, and Contractor Security Requirements available at: http://www.nationalservice.gov/pdf/infosec_contract_clauses.pdf. The Contractor should note that the Corporation has updated the information security program and privacy program policies since the March 2008 IDIQ release. The Contractor will also ensure that all Corporation security policies and guidance are followed to protect Corporation assets and data from unauthorized disclosure, damage, theft or loss. The Contractor will immediately report any condition that may indicate a breach of these policies and procedures to the COTR. Failure to adhere to Corporation security policies may result in adverse contractual actions including but not limited to withholding of payments up to termination of this Sole Source procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ10T0001/listing.html)
 
Place of Performance
Address: VA Maryland Health Care System, NCCC Atlantic Region Administrative Offices, Building 15, Boiler House Road, and Building 9H (Dorm), Avenue D, Perry Point, MD, Perry Point, Maryland, 21902, United States
Zip Code: 21902
 
Record
SN02077871-W 20100228/100226235615-256aa011599a363fd6b9beb2fb8363a0 (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.