Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

S -- Janitorial Services at Ottawa National Wildlife Refuge

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
30181AQ545
 
Response Due
9/16/2010
 
Archive Date
9/8/2011
 
Point of Contact
Thomas Hoover Contract Specialist 6127135222 thomas_hoover@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
HUBZone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. Solicitation number 30181AQ545 is being issued in a Request for Quote (RFQ) format. This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-41 technical amendments. This is a total HUB-Zone Small Business Set Aside. The North American Industrial Classification System (NAICS) code is 561720, with a corresponding small business size standard of $16.5 million. This requirement consists of a base year and three (3) option years of annual Janitorial services (October 1, 2010 through September 2014) for the Ottawa National Wildlife Refuge, Oak Harbor, Ohio 43449. Work to be in accordance with the Service Contract Act and Wage Rates, Register of Wage Determination Under the service Contract Act WD 05-2425 (Rev.-9). The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The Offeror Representation and Certification can also be completed online https://orca.bpn.gov. This will replace the submission of this requirement. Quotes will be evaluated and award will be made to the lowest responsive, responsible offeror submitting a fair and reasonable price and meeting the terms of the solicitation. The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial Items pertains as applicable to this acquisition. Clauses selected, 52.222-50, 52.333-03, 52.233-04, 52.222-03, 52.222-19, 52.222-21, 52.222-26, 52.225-01, 52.225.13, 52.222-41, 52.222.-43,52.232-33, 52.204-9. The following FAR clauses are applicable to this solicitation; 144842.02 Government Liaison-Service Direction, 52.219-28 Post-Award Business Program Rerepresentation,52.217-5, Evaluation of Options, 52.217-9, Option to Extend the Term of Contract, with paragraph (a) filled in as follows: (a) The Government may extend the terms of this contract by written notice to the Contractor anytime prior to the expiration of the previous period; provided that the Government gives the Contractor preliminary written notice of its intent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Government to an extension. Paragraph (c) is filled as follows; (c) The total duration of this, including the exercise of any options under this clause, shall not exceed 4 years. Request for Quotation: Line - 0001- Base period Janitorial service for period of one year - (10/01/2010 to 09/30/2011) base period. 12 months $___________unit Price $_____________Total Cost Line - 0002 Option 1 Janitorial service - (10/01/2011 to 09/30/2012) 12 months $___________unit Price $_____________Total Cost Line - 0003 Option 2 Janitorial service - (10/01/2012 to 09/30/2013). 12 months $___________unit Price $_____________Total Cost Line - 0004 Option 3Janitorial service - (10/01/2013 to 09/30/2014). 12 months $___________unit Price $_____________Total Cost Quotes are due to the U.S. Fish and Wildlife Service, Region 3, Division of Construction and Acquisition, 1 Federal Drive, Fort Snelling, Minnesota 55111-4056 by 4:00 PM CDT on or before Thursday, September 16, 2010. Offerors may submit quotes by mail, facsimile transmission 612-713-5151 or e-mail to the attention of Thomas Hoover, thomas_hoover@fws.gov. STATEMENT OF WORKOTTAWA NATIONAL WILDLIFE REFUGE JANITORIAL SERVICES 1. SCOPE The Contractor shall provide janitorial service at Ottawa National Wildlife Refuge. TheJanitorial services will include the cleaning of the Visitor Center, portions of the maintenance facility, as well as the outside flush toilets near the visitor center and outside pit toilets as described in paragraph 5 below. Contractor personnel will not have guests or visitors accompanying them to the work site. The Contractor will furnish all labor, supervision for work described herein, and the necessaryequipment and consumable supplies used in providing the janitorial services. See paragraph 8below. 2. LOCATION Ottawa National Wildlife Refuge14000 West State Route 2Oak Harbor, Ohio 43449-9485The facilities are located approximately 15 miles east of Oregon, OH and 15 miles west of PortClinton, OH in Ottawa County. The new Visitor Center is currently open to the general publicfrom 9:00 am to 4:00 pm., Sunday thru Saturday. 3. PERIOD OF PERFORMANCE The base period of performance is October 1, 2010 through September 30, 2011. There are threeoption periods of performance:Option 1 : October l, 2011 through September 30, 2012Option 2: October 1, 2012 through September 30, 2013Option 3: October 1, 2013 through September 30, 2014 4. WORK SCHEDULE: Cleaning will occur during the Refuge business hours, Monday through Friday, 7:00 a.m. to 4:30p.m. Cleaning must be completed prior to 4:30 pm. 5. DESCRIPTION OF WORK AREAS The new Visitor Center and Administrative Offices consist of approximately 13,000 square feetwhich includes exhibit space, multi-purpose educational room, conference room, resourcelibrary, volunteer and administrative offices, focus teaching area, mudroom, shower room,vestibule, lunchroom, and restrooms. The Maintenance office, lunchroom and restroom areasconsist of approximately 400 square feet. The outdoor toilets consist of approximately 100square feet. The newer outdoor flush toilets near Visitor Center, consist of 200 square feet. The maintenance rooms and locked storage rooms in the Visitor Center are off-limits to all contract personnel and will not be cleaned. 6. DESCRIPTION OF WORK The Contractor will perform a full range of cleaning duties, using various environmentally safecleaning solutions and methods to maintain facilities in clean, orderly and sanitary condition.The extent and frequency of service is outlined on Attachment A (available upon request).Duties will include:-Vacuum all carpeting including mats and under mats.-Steam clean all carpeting twice during contract period.-Vacuum upholstered furniture once per month.-Sweep and mop restrooms, shower room and linoleum floors.-Dust ledges, furniture, woodwork, baseboards and displays.-Remove cobwebs from inside building and outside entrances.-Sweep outdoor sidewalk entrances up to 6 ft in front of doors.-Clean marks from painted walls and remove stains from other surfaces.-Clean mirrors, lavatories, fixtures, replace toilet tissue and soap.-Wash Visitor Center interior windows daily including entry doors, vestibule, conference room, 2nd floor atrium windows, 2nd floor railing glass. Wash 3rd floor door and window once per week.-Report operating deficiencies in equipment such as broken windows, water leaks, clogged drains, burned out light bulbs and other conditions requiring maintenance.-Clean shower stall in shower room bi-monthly.-Notify staff when supplies are running low.-Clean exhibits in exhibit area with caution.-Wipe off tops of desks, cabinets, counter tops once per month. Carpets: The Contractor will vacuum all carpets and will remove dirt and soil withoutdamaging the carpets. Damp-Mopping: The Contractor will damp-mop linoleum to remove dirt and stains. Dusting: The Contractor will dust all furniture, counter tops, baseboards, displays and windowledges in the building and will insure all dust, dirt or debris is removed. Restrooms: The Contractor will wash, clean, or scrub toilet bowls, fixtures, seats, urinals,washbasins, and sinks so that they are free of stains and odors. Supply Distribution: The Contractor will distribute and refill toilet paper, trash liners and soap.The Administrative Officer will be notified when supplies are low and in sufficient time to orderreplacements. Sweeping: The Contractor will sweep clean all floors so that no dust streaks are left and no dustremains when dirt is picked up with a dust pan. No dirt or dust will be left in comers, underfurniture, or behind doors. Window Washing/Display Cleaning: The Contractor will clean interior glass, interiorwindows, all 1" floor exterior windows, Plexiglass of displays, and all entry doors. Allglass/Plexiglass will be sufficiently clean to remove all traces of film, smudges, streaks, and hand prints. 7. Quality Assurance:The Contractor's Quality Control Program will be submitted to the Contracting Officer no laterthan 2 weeks after contract award. The quality control plan and supporting documentation shallbe made available to the Government for review upon request. In all instances where Government property or equipment is damaged, a full report of the fact and extent of such damage will be in writing to the Contracting Officer within twenty-four hours. 8. Contractor Furnished ItemsThe Contractor will provide all services, equipment, environmentally safe supplies and labor toadequately perform in strict accordance with all terms and conditions of this contract. TheContractor is responsible for ensuring that cleaning materials are used properly and will notdamage or discolor floors, furniture, or fixtures. 9. Government Furnished PropertyThe U.S. Fish & Wildlife Service will furnish the following supplies: toilet paper, liquid soap,urinal cakes and trash can liners. Facilities and storage space will be made available to the Contractor and will be maintained in aclean and sanitary manner. Light, heat, electricity, and water required for the performance of this contract will be made available to the Contractor. The use of Government telephones will be restricted to official business concerning this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/30181AQ545/listing.html)
 
Place of Performance
Address: U.S. Fish and Wildlife ServiceOttawa National Wildlife Refuge1400 West State Route 2Oak Harbor, Ohio 43449-9485
Zip Code: 434499485
 
Record
SN02273025-W 20100910/100908235734-0ab01fd9c6e9f221e8cfa7aeda9db368 (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.