Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

S -- NHRC Carpet Cleaning

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1 Kansas Street, Natick, MA 01760
 
ZIP Code
01760
 
Solicitation Number
NHRC
 
Response Due
9/17/2010
 
Archive Date
3/16/2011
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is NHRC and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 238330 with a small business size standard of $14.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-17 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be San Diego, CA 92106 The USA ACC RDECOM-CC Acqusition Center Natick requires the following items, Meet or Exceed, to the following: LI 001, Statement of Work 1.TITLE. Carpet Cleaning Services for Naval Health Research Center. 2.GENERAL. The services will be provided at all buildings of the Naval Health Research Center. The services rendered will include the cleaning of all carpeted areas, stairs and landings throughout the Command. This is to be done twice a year using a dry cleaning process. 3.OBJECTIVE. To clean carpet at various buildings through out Naval Health Research Center: Bldg.304-1st & 2nd Flrs, Bldg.309-1st Flr, Bldg.310-1st Flr, Bldg.320-1st & 2nd Flrs, Bldg.322-1st & 2nd Flrs, Bldg.328-1st & 2nd Flrs, Bldg.329-1st & 2nd Flrs, Bldg.330-1st & 2nd Flrs, Bldg.331-1st & 2nd Flrs, Bldg.332-1st & 2nd Flrs, Bldg.333-1st & 2nd Flrs, Bldg.335- 2nd Flr, Bldg.337- 2nd Flr, & Bldg.346-1st & 2nd Flrs. 4. SPECIFIC TASKS. a.Coordinate cleaning of proper building twice a year. POP is 12 months.b. Work with staff from the Naval Health Research Center to not disrupt work. 5.REPORTING REQUIREMENTS. a.Submission of installation plan to include milestone, delivery and cleaning dates for each location on this request. (All of NHRC current Buildings) 6.QUALIFICATION REQUIREMENTS. The contractor selected for the performance of this statement of work must comply with licenses and certifications associated with this work. 7.RESTRICTIONS. There is no known existing or potential conflict of interest associated with this task. 8.SECURITY CLEARANCE. None required; the effort is unclassified. Carpet Cleaning Bldgs. / Floors Descriptions Cleaning Frequency Sq. Ft/Stairs Bldg.304-1st & 2nd FIrs Carpeted Areas & Stairs R6 (2 x per year) 4,778 Sq. Ft +14 Steps Bldg.309-1 st FIr Carpeted Areas R6 (2 x per year) 3,554 Sq. Ft Bldg.310-1st Fir Carpeted Areas R6 (2 x per year) 2,132 Sq. Ft Bldg.320-1st & 2nd Firs Carpeted Areas & Stairs R6 (2 x per year) 13,238 Sq. Ft + 42 Steps Bldg.322-1st & 2nd FIrs Carpeted Areas & Stairs R6 (2 x per year) 4,736 Sq. Ft + 16 Steps Bldg.328-1 st & 2nd Firs Carpeted Areas R6 (2 x per year) 12,922 Sq. Ft Bldg.329-1st & 2nd Firs Carpeted Areas & Stairs R6 (2 x per year) 4,736 Sq. Ft + 16 Steps Bldg.330-1st & 2nd FIrs Carpeted Areas & Stairs R6 (2 x per year) 4,736 Sq. Ft + 16 Steps Bldg.331-1 st & 2nd Flrs Carpeted Areas & Stairs R6 (2 x per year) 5,576 Sq. Ft + 16 Steps Bldg.332-1 st & 2nd Flrs Carpeted Areas & Stairs R6 (2 x per year) 4,736 Sq. Ft + 16 Steps Bldg.333-1st & 2nd Flrs Carpeted Areas & Stairs R6 (2 x per year) 4,736 Sq. Ft + 14 Steps Bldg.335-2nd FIrs Carpeted Areas & Stairs R6 (2 x per year) 2,368 Sq. Ft + 14 Steps Bldg.3 3 7 -2nd FIrs Carpeted Areas & Stairs R6 (2 x per year) 2,368 Sq. Ft + 14 Steps Bldg.346-1st & 2nd Flrs Carpeted Areas & Stairs R6 (2 x per year) 4,736 Sq. Ft + 14 Steps, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC RDECOM-CC Acqusition Center Natick intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC RDECOM-CC Acqusition Center Natick is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. QUESTION: Hello, Using a "Dry cleaning process", such as dry sponges, is not a generally recommended way of cleaning. Is this what is required? or is this terminology used to portray a Fast drying process with high pressure steam cleaning, as recommended by carpet manufacturers so as not to void any warranties?ANSWER: this terminology used to portray a Fast drying process with high pressure steam cleaning, as recommended by carpet manufacturers so as not to void any warranties
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8aa0242eb7b62e31ad6f2d7644cffff)
 
Place of Performance
Address: San Diego, CA 92106
Zip Code: 92106
 
Record
SN02283771-W 20100917/100916000754-a8aa0242eb7b62e31ad6f2d7644cffff (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.