Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

S -- Vandenberg AFB Vet Clinic Cleaning

Notice Date
5/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D4A11102A001
 
Point of Contact
John P. Haring, Phone: 80560684469, Patricia Rosa, Phone: 805-605-0490
 
E-Mail Address
john.haring@vandenberg.af.mil, patricia.rosa@vandenberg.af.mil
(john.haring@vandenberg.af.mil, patricia.rosa@vandenberg.af.mil)
 
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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) # F4D4A11102A001. Submit written offers - quote template provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and DFARS Change Notice 20091015. This procurement is being issued as a 100% small business set aside under North American Industrial Classification Standard (NAICS) 561720 and Size Standard $16.5 million. Project Number: F4D4A11102A001 Project Title: Veterinary Clinic Custodial Services 1. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. A quote template is available upon request. 2. Quotes shall be valid for 30 days after close of solicitation. 3. Quotes shall include a list of no less than five (5) business references, from within the last three years, for the prime contractor and/or five (5) for any subcontractor who will perform significant or critical work on this acquisition. The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other Federal government offices and commercial sources, to assess performance. The evaluation of past performance information will take into account past performance information regarding key personnel or subcontractors that will perform the requirements. Furnish the following information for each reference: (i) Company/Client name (ii) Company/Client phone number (iii) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide, with the proposal, a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. 4. Please see attached Statement of Work for detailed description of required duties. 5. All questions or comments must be provided to the Contract Specialist in writing; telephone and other means of oral communication will not be permitted. The Contract Specialist is John P. Haring, john.haring@vandenberg.af.mil. The contract will be Firm Fixed Price with the following structure: Include a complete breakdown of all costs: CLIN 0001 Veterinary Custodial Services Base Year CLIN 1001 Veterinary Custodial Services Option Year 1 CLIN 2001 Veterinary Custodial Services Option Year 2 CLIN 3001 Veterinary Custodial Services Option Year 3 CLIN 4001 Veterinary Custodial Services Option Year 4 CLIN 5001 Veterinary Custodial Services 6 Month Extension of Services The following Clauses apply to this award: FAR 52.204-9: Personal Identity Verification of Contractor Personnel FAR 52.212-1: Instructions to Offerors -- Commercial Items. FAR 52.212-2: Evaluation -- Commercial Items. The following factors shall be used to evaluate offers: past performance of the offeror and price. Past performance and price will be equal determinants in the award of the contract. FAR 52.212-3: Offeror Representations and Certifications-Commercial Items FAR 52.212-4: Contract Terms and Conditions-Commercial Items FAR 52.212-5: Contract Terms and Conditions FAR 52.217-5: Evaluation of Options FAR 52.217-8: Option to Extend Services FAR 52.217-9: Option to Extend the Term of Contract FAR 52.219-6: Notice of Total Small Business Set-Aside FAR 52.219-28: Post-Award Small Business Program Representation FAR 52.222-3: Convict Labor FAR 52.222-19: Child labor FAR 52.222-21: Prohibition of Segregated Facility FAR 52.222-26: Equal Opportunity FAR 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era FAR 52.222-36: Affirmative Action for Workers with Disabilities FAR 52.222-37: Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-41: Service Contract Act of 1965, as Amended (Wage Determination include as a separate attachment) FAR 52.222-42: Statement of Equivalent Rates for Federal Hires FAR 52.222-50: Combating Trafficking in Persons FAR 52.232-18: Availability of Funds FAR 52.232-33: Payment by Electronic Funds-Central Contractor Registration FAR 52.233-3: Protest After Award FAR 52.242-15: Stop-Work Order FAR 52.252-2: Clauses Incorporated by Reference (view clauses at): http://farsite.hill.af.mil DFAR 252.225-7001: Buy American Act DFARS 252.204-7004 Alt A: Central Contractor Registration DFARS 252.212-7001 Dev.: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.232-7003: Electronic Submission of Payment Requests AFFARS 5352.201-9101: Ombudsman Contact: AFSPC/A7KO, 719-554-5250, afspc.a7k@peterson.af.mil AFFARS 5352.223-9000: Elimination of ODS AFFARS 5352.242-9000: Contractor Access to Air Force Installations CONS G-800: Memorandum for Vandenberg AFB Contractors All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARs) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes should be good for 30 days from date of submission and must be sent to John Haring at john.haring@vandenberg.af.mil no later than 3:00 PM PST on 26 May 2011. Statement of Work Veterinary Treatment Facility Custodial Services The contract shall provide all management, licenses, tools, supplies, equipment, materials, transportation and labor necessary to provide the following Custodial Services for Building 10314 the Veterinary Treatment Facility. The contractor shall perform the following duties Monday through Thursday after 1600, but no later than 2300. A. Maintaining Uncarpeted Floors- All floors will be swept and wet mopped, on a daily basis using the proper product to disinfect the area. All floors will be stripped and waxed every 6 months using manufacturers suggested requirement. B. Maintaining Carpeted Floors- Contractor shall maintain carpeted surfaces free from all visible foreign matter and stains to present a uniform appearance. The contractor shall notify the facility manager of any tears, burns and unraveling as soon as they are discovered. Contractor shall move light items such as chairs, trash cans, plants and etc. in order to accomplish the task. C. Remove Trash and Recyclable Material- Contractor shall maintain and empty all trash and recyclable containers so that they are visibly free of foreign matter and odor free. The contractor shall dispose of all trash and recyclable material appropriately and replace each container with a new trash bag. D. Clean Glass Door and Surrounding Areas Interior/Exterior - Contractor shall clean glass doors and surrounding glass areas entry/exit area so that they are free of all visible foreign matter. E. Maintain Floor Mats- Contractor shall maintain floor mats so that they are free of all visible matter. F. Clean Toilet Bowls and Sinks- Contractor shall clean and disinfect the toilet bowls and all sinks and accompanying fixtures so that they are free of all visible matter and promote a health, germ-free environment. G. General Dusting- Contractor shall dust all non-vertical surfaces that are seven feet and below from the floor so that there is no visible dust or cobwebs on those surfaces. H. Surgery Room- Contractor will use clean mopping water with proper disinfectant solution in the water for this area. (Contractor shall not use the same mopping water and mop that was used to clean the other general floor areas.) I. Stock Restroom and Exam Rooms- Contractor shall stock the restroom and exam rooms with the following supplies: toilet paper, paper towels and soap. The contractor shall stock supplies in the appropriate container. J. Clean Baseboards- Contractor shall wash baseboards to maintain a neat and clean appearance. *Contractor is not responsible for moving personal artifacts or paperwork for dusting of employee work areas or exam rooms. Contractor will also clean computers ONLY WHEN specifically directed to do so. The vet clinic is 2054 square feet total. The room breakdown is as follows: Room Room Size (measurements are not exact) Floor type Exam #1, 12' x 9', Vinyl tiles Lab, 9' x 7', Vinyl tiles Exam, #2 9' x 10.5', Vinyl tiles Surgery Room, 16.5' x 9.5', Linoleum NCOIC Office, 9' x 9', Carpet Restroom, 9' x 9', Tile Office Manger Office, 9' x 15', Carpet Backroom, 14' x 22', Tile
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D4A11102A001/listing.html)
 
Record
SN02448927-W 20110518/110516234718-28ccf3eecffcfd1995f7324f1c0456f7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.