Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

S -- Stevensville Ranger District Janitorial Contract - Schedule of Items

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
 
ZIP Code
59804
 
Solicitation Number
AG-03R6-S-10-0074
 
Archive Date
9/24/2010
 
Point of Contact
Martha Bowland, Phone: 4063637128, Tina D Mainey, Phone: 406-329-3845
 
E-Mail Address
mbowland@fs.fed.us, tmainey@fs.fed.us
(mbowland@fs.fed.us, tmainey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Contract Act Wage Determinations EXPERIENCE QUESTIONAIRE DEDUCTION FOR WORK NOT PERFORMED TABLE Place offer on Schedule of Items This is a combined synopsis/solicitation for a commercial service item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number AG-03R6-S-0074 is issued as a Request for Quotation (RFQ). This is a total small business set-aside and the small business size standard is $16.5 million. The North American Industry Classification Code is 561720. The awarded contract will be a firm fixed price contract. The Western Montana Acquisition Zone (WMAZ) serves as the Forest Service contracting office for Western Montana and is located in Building 24, Fort Missoula, Missoula, Montana 59804. A quotation is requested for Janitorial service for the Stevensville Ranger District of the Bitterroot National Forest located in Stevensville, Montana, adjacent to the Bitterroot National Forest in Ravalli County. The contract includes all cleaning services for an Administration Building and a Warehouse. SUMMARY OF WORK: Base Year: Stevensville RD Administration Building, Oct. 1, 2010 through September 30, 2011. Base Year: Stevensville RD Warehouse, May 1, 2011 through September 30, 2011 Option Year 1: Stevensville RD Administration Building, Oct. 1, 2011 through September 30, 2012 Option Year 1: Stevensville RD Warehouse, May 1, 2012 through September 30, 2012 Option Year 2: Stevensville RD Administration Building, Oct 1 2012 through September 30, 2013 Option Year 2: Stevensville RD Warehouse, May 1, 2013 through September 30, 2013 PLACE OF CONTRACT PERFORMANCE: This work is located at the Stevensville Ranger District compound in Stevensville, Montana. CONTRACT PERIOD OF PERFORMANCE The period of performance of this contract is from October 1, 2010 through September 30, 2013. GENERAL SPECIFICATIONS SCOPE OF CONTRACT This contract is for janitorial services for the Stevensville Ranger Station of the Bitterroot National Forest. Contractor shall furnish all labor, equipment, supervision, supplies (except those designated as Government-furnished), and incidentals to perform all work necessary to clean and maintain the buildings in accordance with the specifications, terms, and conditions of this contract. DESCRIPTION AND LOCATION Stevensville Ranger Station is located 88 Main St., Stevensville, Montana. The janitorial services are required for the following: Administration Building : Janitorial services are required on both the first floor and basement of the Administration Building. The first floor area consists of approximately 1,952 square feet which is divided into 5 offices, plus a main office and a centralized office in the rear of the building. All of these areas are carpeted. There are 2 restrooms upstairs with vinyl floors and walls are tiled, and a drinking fountain. The basement has 1 large carpeted area broken into individual work areas (approximately 884 square feet), a bathroom with concrete floor (48 square feet) and a carpeted conference room (approximately 546 square feet). Warehouse Building : To be cleaned May 1 through September 30 of each year. Janitorial services are required for the single level warehouse, excluding the engine bay or vehicle area. The area to be cleaned consists of 1 office space, a large common area which includes an employee kitchenette, 2 bathrooms, and a drinking fountain. SITE VISIT: A site visit is planned for this project for Thursday, September 2nd, 2010, at 10 AM, at the Administration Building of the Stevensville Ranger District. Contact Nancy Trotter at (406) 777-7413 before the scheduled site visit if you plan to attend. For further information, please contact Nancy Trotter at the Stevensville Ranger District, (406) 777-7413. PERFORMANCE BASED SERVICE CONTRACT: This work is being solicited as a performance based, commericial item contract. Performance based means the Contractor is responsible for an end product. If an end product is not provided, an adjustment to the payment will be made. A commercial item contract streamlines the terms and conditions to resemble those already used in the everyday marketplace. MAINTENANCE PROBLEMS: The Contractor shall notify the Contracting Officer immediately of any building or grounds maintenance problems such as slow or clogged drains, broken pipes, locks or doors that do not close properly. Notification shall be done by phone and/or by written notice depending on the urgency of the problem. GOVERNMENT-FURNISHED PROPERTY: The Government will deliver to the Contractor the following listed materials in accordance with the Government Furnished Property Clause FAR 52-245-4: (1) All restroom supplies, toilet paper, hand soap, bags for feminine products, seat protectors, air freshener sprays, light bulbs and utilities will be provided. (2) Keys to the buildings. (3) Dumpsters for refuse removal. CONTRACTOR-FURNISHED PROPERTY: The Contractor shall furnish: (1) All necessary supplies and materials (including cleaning supplies, cleaning solutions, wax, carpet shampoo for spot cleaning, spot remover, plastic garbage bags) except those items specified as Government-furnished property. (2) All necessary cleaning equipment including but not limited to: scrubbing machine, floor polishing machine, and vacuum cleaner (10 amps or greater). Equipment shall be commercial size and type customarily used by the janitorial profession and capable of handling sand and gravel brought in by boots. Equipment designed for home use will not meet these specifications. (3) All Material Safety Data Sheets (MSDS) for all chemicals used in the cleaning of these buildings. MSDS's shall be given to the Contracting Officer (COR). SUPERVISION, SECURITY, AND QUALIFICATIONS Contractor and his employees shall be capable of performing janitorial work. The Contracting Officer may require dismissal from the work of employees whom they deem incompetent, insubordinate or otherwise objectionable, or whose continued employment they deem contrary to the public interest. The Contractor shall provide adequate supervision of crew to prevent employees from disturbing papers on desks, opening drawers or cabinets, or using telephones provided for official Government use. The Contractor or employees shall not bring children to the premises while the work is being performed. The Contractor must provide security comparable to the type of protection given by commercial or business enterprises to prevent illegal entry into or loitering on the premises; to prevent loss by pilferage or theft; and to admit to the space during off-duty hours only those who are authorized to enter. The use of Government property or services such as telephones, calculators, typewriters, office supplies, etc. for other than official Government business is strictly prohibited. The Contractor shall provide a list of employees authorized to work under this contract. The list shall be submitted prior to employees working on the facilities. A background check may be required on contractor and any employee(s). Upon request, Social Security numbers shall be provided to the Contracting Officer. TECHNICAL SPECIFICATIONS TIME OF PERFORMANCE: All work performed on weekdays shall be done during the hours of 6:00 pm through 7:00 am unless otherwise approved by the Contracting Officer. Work may be performed anytime on Federal holidays or weekends. Contractor will be expected to maintain the areas defined in the Description and Location section, in a clean condition throughout the contract period. DESCRIPTION OF WORK AND SERVICES: Stevensville Ranger Station Administrative Building and Warehouse Wednesday and between the hours of 6:00 pm Friday and 7:00 am Monday. (1) Sweep and clean front and back entrances, and both front and back stairways to basement, to remove all litter and dirt. (2) Vacuum all carpeted areas to remove all visible dirt, debris, and litter. Remove spots on carpet with effective spot remover. (3) Empty wastebaskets. Wash and rinse waste baskets and replace liner as needed. (see month specified). (4) Dust and damp wipe all visible surfaces such as furniture, fixtures, file cabinets, equipment, telephones, mopboards, ledges, furnace registers, light switches, window frames, walls, doors and desks to remove dust, dirt, grime, fingerprints, blackmarks, and smudges. (5) Wash and scrub to remove stains and mineral deposits, disinfect and polish dry sink and counter top in kitchen areas. Remove all water marks around sink area, paper towel dispenser, front of cabinets, and walls around garbage can. Sweep and damp mop entire uncarpeted floor surface to remove dirt, grime, spots, and black marks. Restore luster to wax; rewax if necessary to bring back shine. Maintain adequate supply of paper towels in dispensers. (6) Scrub, disinfect, and polish dry all drinking fountains to remove dirt, grime, stains, and mineral deposits. (7) Wash both sides of windows on all doors and door window panels except during periods of freezing weather, then only inside windows. (8) Disinfect entry and bathroom door push bars and knobs. (9) Restrooms: (a) Sweep and wet mop entire floor surface to remove dirt, grime, spots, and black marks. Restore luster to wax; rewax if necessary to bring back shine. (b) All mirrors, dispensers, chrome fixtures, shelving, mopboards, window sills, ledges, partitions, etc. shall be damp wiped and polished dry. (c) Sanitize and disinfect urinals and toilets and remove all stains including rust encrustations and water rings. (d) Remove water marks from partitions and walls, including walls around sink and paper towel area. (e) Remove fingerprints and smudges from light switches, locks, doorknobs and doorframes. (f) Maintain adequate supply of toilet paper, paper towels, and hand soap.. (g) Replace deodorizer in urinals when needed. (h) Feminine hygene disposal bags shall be changed on each scheduled cleaning day. (i) Empty trash reciptles and dispose of by dumping in dumpsters. Replace trash can lines as needed. (j) Check and turn off any personal heaters and fans in building. (k) Sweep storage room as needed. (l) Remove all cardboard designated as trash from facility and put in designated bin in garage. Lids on the dumpsters must be kept closed. (m) Replace light bulbs as needed when burned out. Every two months January, March, May, July, September, November (1) Scrub floors in the upstairs bathrooms with a cleaner and remove old wax buildups including corners along baseboards and re-wax. Use wax of adequate quality to retain sheen between waxing. Remove wax and dust from floor plugs. On Month Specified: (1) ANNUALLY (May) - Dust and clean light fixtures. Remove liners and wash and dry all wastebaskets. (2) FEBRUARY, JUNE AND OCTOBER - Remove liners and wash and dry all wastebaskets. Remove cobwebs from walls, corners, ceilings, and windows. (3) APRIL, JULY, AND OCTOBER - Wash all windows on the inside and outside leaving no streaks or unwashed places. During fire season, if cleaning is refused due to high fire activity, request Fire Management Officer or designee to sign a refusal slip. Turn slip in to Contracting Officer's Representative. *** Do not clean any computer, phone or audio visual equipment*** CONTRACTOR QUALITY CONTROL The Contractor is responsible for management and quality control actions to meet the terms of this contract. The Contractor shall provide a site specific quality control as part of your offer. Records of quality inspections shall be kept and made available to the Government throughout the performance. A description of the quality control plan shall include security procedures for any Government-provided items such as keys or lock combinations, location of the documented inspections, and corrective or preventive actions taken for unsatisfactory performance. GOVERNMENT QUALITY ASSURANCE Quality Assurance will be performed randomly by the Government during the contract period. Methods may include visual survey, review of customer complaints, and review of Contractor quality control documents. Deduction for work not performed will be made as follows: Decuction for work not performed table: see attachment For example, failure to clean the facility more than one time will result in a 5% deduction in payment. If the monthly payment for services is $500 and maximum error rate has been exceeded, the following will be applied: $500 x. 60 = $300 x.05 = $15. There will be a $15.00 deduction for each failure. QUALITY ASSURANCE INSPECTIONS (1) The Government will perform periodic review of the Contractor's Quality Control Procedures, Plan, Inspections Reports, and customer comments. (2) Quality Assurance Inspections will be made by random sampling or entire inspection of the work, and follow up of customer comments. When validating customer comments, the possible cause of unacceptable performance will be determined. If any Government action or lack of action was the cause, the complaint is not valid and deficiencies shall not be counted against the Contractor. (3) Periodic means one (1) review each month, but may be done more frequently if necessary. (4) Work that does not meet the contract requirements will be brought to the Contractor's attention. Repetitive or continuous failure to meet contract requirements may result in a quality adjustment to payment of the Contractor's right to proceed may be terminated. PAYMENT (1) Payment will be made monthly at the contract price per month. Contract price and payment shall be full compensation for all contract work. (2) Quality adjustments shall be made when work has not been performed according to contract and the Contractor did not or coule not corret the situation. An example of work tht could not be corrected is failure toperform work that is required on a daily basis, such as cleaning bathrooms or emptying trasxh cans. The adjustment will be determined by totalling work not performed during the payment period and comparing it to the total work scheduled to be performed. If this comparison results in greater than 10% of the work not performed, an equal adjustment will be made. PREWORK CONFERENCE Prior to comencement of work, the Contracting officer will arrange a meeting with the Contractor to discuss the contract terms and work performance requirements. Also at the meeting, such things as work progress schedule shall be established in writing. COMMERCIAL FAR CLAUSES Incorporated by Reference: The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The clauses and provisions referenced in this solicitation can be found in full text format at https://www.acquisition.gov/far/. The FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Provide references for similar work during the past three years by completing the attached USDA Forest Service Experience Questionnaire. Specifically include experience with janitorial services. Contract award will be made to the offeror offering the best value considering past performance in janitorial servicing, applicable experience, site specific Quality Control Plan, and price (FAR 13.106-1(2). The offer must provide pricing on the base and all option years to be considered for award. In addition, offerors will include with their offer a completed copy of the FAR 52.212-3, Offer Representations and Certifications - Commercial Items. Provide copy of ORCA registration with offer. FAR 52.212.4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2007), applies to this acquisition. Additional FAR Clauses Incorporated by Reference that apply to this acquisition are as follows: FAR 52.204-9 Personal Identity Verification of Contractor Personnel (SEPT 2007) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.236-7 Permits and Responsibilities (NOV 1991) FAR 52.245-4 Government-Furnished Property (Short Form) (APR 1984) CLAUSES INCORPORATED BY FULL TEXT 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 of contract expiration. 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 60 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 42 months. a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. AGAR 452.204-71 Personal Identity Verification of Contractor Employees (MAR 2006) Alternate I (MAR 2006) (a) Before an employee may begin work on this contract, each employee must, as directed by the PIV Sponsor: 1. Complete either a SF-85, Questionnaire for Nonsensitive Positions, SF-85P, Questionnaire for Public Trust Positions, or SF-86, Questionnaire for National Security Positions, as appropriate, and items 1, 2, 8 through 13, 16 and 17a of the OF-306, Declaration for Federal Employment. The current versions of forms SF-85, SF-85P, and SF-86 carry Office of Management and Budget (OMB) control number 3206-0005. Form OF-306 has OMB control numbers 3206-0182. See http://www.opm.gpv/forms/pdf_fill/sf85.pdf; or http://www.opm.gov/forms/pdf_fill/sf85p.pdf; or http://www.opm.gov/forms/pdf_fill/sf86.pdf: and http://www.opm.gov/forms/pdf_fill/of0306.pdf. 2. Complete a Fair Credit Reporting Release, and 2 FD-258, Fingerprint Charts. The Fair Credit Reporting Release is located at: http://www.usda.gov/da/pdsd/Web-Fair.htm. The FS-258, Fingerprint Charts, may be obtained by contract companies (not individuals) by faxing a request to US Investigations Services at 724-794-0012 Attn: Michelle Pennington. Include the requestor's name, mailing address, and number of FD-258, Fingerprint Charts requested. Questions regarding fingerprint charts may be addressed to michelle.pennington@opm.gov. Contractor employees' fingerprints shall be taken by a Federal security office, or Federal, State, municipal, or local law enforcement agency. 3. The contractor's employee must appear in person in front of the PIV Sponsor or his or her designee with the completed forms and 2 identity source documents in original form. The identity source documents must be documents listed as acceptable for establishing identity on Form I-9, Employment Eligibility Verification, List A and B. The I-9 Form may be found at http://uscis.gov/graphics/formsfee/forms/files/i-9.pdf. At least one document shall be a valid State or Federal government-issued picture identification (ID) card. Applicants who possess a current State Drivers License or State Picture ID card shall present that document as one identity source document before presenting other State or Federal government-issued picture ID cards. This shall be done before or at the time the contract employee begins work under the contract. 4. Receive a finding that no potentially disqualifying information is listed on the above noted forms. After beginning work under the contract, the contractor employee must receive a favorable agency adjudication of the FBI fingerprint and NACI results, or other U.S. Office of Personnel Management or National Security community background investigation. (b) Should the results of the PIV process require the exclusion of a contractor's employee, the contracting officer will notify the contractor in writing. (c) The contractor must appoint a representative to manage this activity and to maintain a list of employees eligible for a USDA PIV ID Badge required for performance of the work. (d) The responsibility of maintaining a sufficient workforce remains with the contractor. Employees may be barred by the Government from performance of the work should they be found ineligible or to have lost eligibility for a USDA PIV ID Badge. Failure to maintain a sufficient workforce of employees eligible for a USDA PIV Badge may be grounds for termination of the contract. (e) The contractor shall insert this clause in all subcontracts when the subcontractor is required to have access to a federally-controlled facility or information system. (f) The PIV Sponsor for this contract is the contracting officer representative (COR), unless otherwise specified in this contract. The PIV Sponsor will be available to receive contractor identity information from 8:am - 4:30 pm Monday through Friday the Stevensville Ranger Station Administration Building. The Government shall notify the contractor if there is a change in the PIV Sponsor, the office address, or the office hours for registration. AGAR 452.228-71 INSURANCE COVERAGE (NOV 1996) Alternate I (NOV 1996) Pursuant to FAR clause 52.228-5, Insurance-Work on a Government Installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below: (a) Workers Compensation and Employer's Liability. The Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers. (b) General Liability. (1) The Contractor shall have bodily injury liability coverage written on a comprehensive form of policy of at least $500,000 per occurrence. (2) The Contractor shall have property damage liability insurance shall be required in the amount of $500,000 per occurrence. (c) Automobile Liability. The Contractor shall have automobile liability insurance written on a comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage or loss. (d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the Contractor shall have aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger injury. Coverage for passenger injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. At a minimum, responsible sources shall provide the follwowing: a price proposal which identifies the requested items (please submit quote on attached schedule of items), Experience Questionnaire, remittance address, Tax I.D. or Employer I. D. number, DUNS number, and copy of ORCA registration (FAR 52.212.-3). Quotes must be received by September 9, 2010, at 4:30 P.M. Mountain Daylight Time at the Lolo National Forest Supervisor's Office, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59840. Facsimile or email quotes will not be accepted. For more information regarding this solicitation, please contact Marti Bowland, (406) 363-7128 or Tina Mainey (406) 329-3845.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-10-0074/listing.html)
 
Place of Performance
Address: 88 Main Street, Stevensville, Montana, 59870, United States
Zip Code: 59870
 
Record
SN02253871-W 20100827/100825234910-ef8d115fd9c970bbde84df1d59170f8a (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.