Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOLICITATION NOTICE

S -- Bitterroot National Forest, Sula Ranger District Janitorial Services - Standard Form 1449 attachment

Notice Date
5/25/2011
 
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-11-0037
 
Archive Date
6/23/2011
 
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
Description of Work & Services attachment This description contains the original formatting. Terms & Conditions to Implement Executive Orders attachment Deduction for Work Not Performed attachment Wage Determination No WD 05-2318, Rev.-11 Dated 06/22/2010 attachment Experience Questionnaire attachment Schedule of Items attachment Standard Form 1449 attachment 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. AG-03R6 S-11-0037 is issued as a request for quotation (RFQ) as a performance based service contract for janitorial services for the Sula Ranger District of the Bitterroot National Forest. This solicitation document, and incorporated provisions and clauses, are those in effect through Federal Acquisition Circular 2005-51. This acquisition is a total Small Business Set-aside and the NAICS code associated with this acquisition is 561720; small business size standard is 16.5 million. SCHEDULE OF ITEMS See attachment labeled "Schedule of Items" GENERAL CONTRACT SPECIFICATIONS PERFORMANCE BASED SERVICE CONTRACT This work is being solicited as a performance based service contract. Performance based means the Contractor is responsible for an end product. If an end product is not provided in compliance with the contract specifications, 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. BASIS OF AWARD B - NOTE 1: The quoter must quote on all items for offer/quote to be evaluated. Only quotes to the nearest cent will be accepted. B - NOTE 2: Evaluation Factors: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (FAR 13.106-1 (2) Past Performance in Janitorial Servicing Price Quality Control Plan Applicable experience One award will be made. The Experience Questionnaire will be used as part of this evaluation. B - NOTE 3: Only mailed or hand delivered offers/quotes received at the location listed in Block 15 of SF 1449 (attachment Standard Form 1449) by date and time required in Block 8 of Form 1449 will be accepted for evaluation. LOCATION: This work is located at the Bitterroot National Forest, Sula Ranger District in Sula, MT. To get to Sula from Missoula you will take US Highway 93 South approximately 80 miles. The District office is located on your left at mile marker 11. Sula Ranger Station is located at 7338 Highway 93 S., Sula, Montana. DESCRIPTION OF WORK This contract is for janitorial services for the Sula Ranger District of the Bitterroot National Forest. Contractor shall furnish all management, labor, equipment, supervision, supplies (except those designated as Government-furnished), and incidentals to perform all work necessary to clean and maintain the buildings in a manner that will maintain a satisfactory condition and present a clean, neat, and professional appearance. The Contractor shall be responsible for the orderliness and cleanliness in all areas used for office and storage, including the kitchenette. All area shall be kept clean, neat, and fee of fire and safety hazards or unsanitary conditions, in accordance with the specifications, terms, and conditions of this contract. PLACE OF PERFORMANCE Sula Ranger District: Main Building: Janitorial services are required for this single story administrative office building. The Administrative Office floor area consists of approximately 3,450 square feet which is divided into 12 office/rooms, 2 restrooms, hall, entryways, and kitchenette. Floors in the rooms, hall, and entryways are carpeted. Restrooms have linoleum floors and the kitchenette room has a concrete floor. Shop Building: The restroom in the shop facility area consists of approximately 80 square feet, which has a concrete floor. Dispatch Office: The Dispatch Office and stairs consists of approximately 200 square feet of carpeted area broken into two rooms with a landing in between. SITE VISIT A site visit is scheduled for this project on Tuesday, May 31 at 10:30 AM. For further information, please contact Susan Wetzsteon at the Sula Ranger District (406) 821-3201. 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, using telephones, or computers 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, computers, 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. 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 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, paper towels, and hand soap), light bulbs and utilities will be provided. (2) Keys to the buildings. (3) Dumpsters for refuse removal. (4) Recycle Bins Janitorial 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. CONTRACTOR-FURNISHED PROPERTY The Contractor shall furnish: (1) All necessary supplies and materials (including cleaning supplies, wax, shampoo, spot remover, soap, 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. (3) All Material Safety Data Sheets (MSDS) for all chemicals used in cleaning shall be given to the Contracting Officer's Representative(COR). TECHNICAL SPECIFICATIONS Janitorial Services for the Sula Ranger District office building shall be performed per the following guidelines: TIME OF PERFORMANCE: All work performed on weekdays shall be done during the hours of 6:00 p.m. through 6:00 a.m. unless otherwise approved by the Contracting Officer. Work may be performed anytime on Federal holidays and between Friday 6:00 pm and 6:00 am Monday for weekend cleaning. DESCRIPTION OF WORK AND SERVICES: (a) Sula Ranger Station i)Weekly - Work must be performed between the hours of 6:00 p.m. Friday and 6:00 a.m. Monday. Shop Restroom (A) Sweep area to remove litter. (B) Sanitize and remove all stains, rust encrustation, and water rings from toilet. Administration Building (A) Empty wastebaskets. Wipe out wastebaskets with damp cloth. Replace liner when needed. (B) Vacuum all carpeted floors to remove all traces of litter, dirt, mud, dust, or other foreign material. Remove all spots from carpet with spot remover. (C) Sweep and damp mop tiled area at front entrance. (D) Sweep and wet mop floors to remove dirt, grime, spots, and black marks. Restore luster to wax; re-wax if necessary to bring back shine. Wash all restroom walls and fixtures. Sanitize and remove all stains, rust encrustations, or water rings from toilets. All mirrors, dispensers, chrome fixtures, and shelving shall be damp wiped and polished dry. (E) Dust all visible surfaces of furniture, fixtures, and equipment. (F) Remove all finger-marks and smudges from desk tops, walls, cabinets, woodwork, doorjambs, and glass surfaces. (G) Maintain adequate supply of toilet paper, paper towels, and soap in restrooms. (H) Sweep steps and thresholds at both rear doors and 4 feet of sidewalk at front door. (I) Wash, scrub, and remove mineral build-up in sink in kitchenette. (J) Clean water dispenser in the entryway, disinfect, remove mineral build-up, and dry. (K) Shake out or vacuum "walk off" mats at the 3 entrances. (L) Lock all doors before leaving the site. Dispatch Office - May through October only (A) Vacuum all carpeted area consisting of stairs and office(s). (ii) Wednesday - During the months of June, July, August, and September, the following work shall be performed in addition to the Weekly service. Administration Building (A) Vacuum all carpeted floors to remove all dirt, debris, and litter. Empty wastebaskets. (B) Sweep or mop floors in restrooms, wash, and disinfect toilets. (C) Clean wash basins in both restrooms. (iii) Monthly Shop Building (A) Damp mop floor. (iv) Quarterly - January, April, June, and October (A) Vacuum all air vents (B) Remove wax from tiled areas and re-wax. Scrub baseboards in restrooms and wipe walls to remove splash marks or smudges. (C) Remove cobwebs from the ceilings. (v) Every 6 Months Administration Building (A) Dust tops of valance boxes over windows. Dust window coverings throughout office. (B) In October and May, wash all windows inside and out leaving no streaks or unwashed places. Wipe water spots from sills and frames. NOTE: Sula Ranger Station a. Remove all cardboard designated as ‘recycling' to the appropriate recycling bin. Remove cardboard marked as ‘trash ‘to the dumpsters. b. Lids on the dumpsters must be kept closed. c. Replace light bulbs when burned out as needed. GOVERNMENT QUALITY ASSURANCE Quality Assurance will be performed by the Government during the contract period. Methods may include visual survey, review of customer complaints, and review of Contractor quality control documents. Deduction of work not performed will be made as shown on attachment: "Deduction for Work Not Performed". Please review example on attachment above. 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 the quote/offer package and will considered as part of the evaluation criteria for award. The role of the Government is quality assurance to ensure contract standards are met. Records of quality inspections shall be kept and made available to the Government throughout the performance period and for the period after contract completion until final settlement of any claims under this contract. 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. CONTRACT PERIOD AND EXERCISING OPTIONS The contract period shall extend for 10 months. However, at the option of the Government, the contract option may be exercised for additional one-year periods, not to exceed two option periods, at the same terms and conditions. The Government will notify the Contractor of its intent to exercise the option not less than thirty (30) calendar days prior to the expiration of the current contract period. PREWORK CONFERENCE Prior to commencement of work, the Contracting Officer will arrange a meeting with the Contractor to discuss the contract terms and work performance requirements. CONTRACT CLAUSES The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The clauses and provisions referenced in this solicitation can be found in full text format at https://www.acquisition.gov/far/. FAR 52.212-1 Instructions to Offerors - Commercial Items (June 2008) applies to this acquisition FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government; price and other factors considered. The following factors shall be used to evaluate offers (FAR 13.106-1(2): past performance in janitorial servicing experience with janitorial services Quality Control Plan price Provide references for similar work during the past three years by completing the attached USDA Forest Service Experience Questionnaire. 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 (JUNE 2010) app lies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2011) applies to the acquisition: see attachment labeled "Terms & Conditions to Implement Executive Orders", and in addition to this provision are the following addenda: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract is from July 1, 2011 to March 31, 2014. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far/ and the Agriculture Acquisition Regulations may be accessed at www.usda.gov/procurement/policy/agar.html. FAR 52.237-1 Site Visit (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR 52.217-5 Evaluation of Options (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) AGAR 452.204-71 Personal Identity Verification of Contractor Employees (MAR 2006) Alternate I (MAR 2006) 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. 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 30 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 39 months. FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond March 31,2012. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond March 31, 2012, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. FAR 52.236-7 Permits and Responsibilities (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. ATTACHMENTS: Service Contract Act of 1965: If this is a contract in excess of $2,500 the Act requires the Contractor to pay certain minimum wages to all service employees working under this contract. These required minimum wages are stated in the attached Register of Wage Determinations under the Service Contract Act. If no such Register is attached, the Contractor is required to pay no less than the minimum wage specified under Section 6(a)(1) of the Fair Labor Standards Act of 1938, As Amended. The following attachments are a part of this solicitation and any resulting contract (see separate document(s)). Wage Determination No. WD 05-2318, (Rev.-11) Dated 06/22/2010 Standard Form 1449 Schedule of Items Deduction for Work Not Performed Experience Questionnaire Terms & Conditions to Implement Executive Orders
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-11-0037/listing.html)
 
Place of Performance
Address: 7338 Highway 93 South, Sula, Montana, 59871-9601, United States
Zip Code: 59871-9601
 
Record
SN02456403-W 20110527/110525234408-6a9beb7f8b5956d447fb159b8bb0a308 (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.