Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

S -- JANITORIAL SERVICES - S-AQMMA-11-R-0249 - A

Notice Date
7/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
S-AQMMA-11-R-0249
 
Archive Date
3/30/2012
 
Point of Contact
Pete W Jones, Phone: 8437460650, Rosalind M. Hicks, Phone: 703-875-7264
 
E-Mail Address
jonespw@state.gov, hicksrm2@state.gov
(jonespw@state.gov, hicksrm2@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICIATION S-AQMMA-11-R-0249 - D SOLICIATION S-AQMMA-11-R-0249 - C SOLICIATION S-AQMMA-11-R-0249 - B SOLICIATION S-AQMMA-11-R-0249 - A The Contractor shall furnish all the labor, supplies, materials, and equipment for all janitorial and related services at the HST Building, Washington D.C.; the Blair House, Washington, D.C., and at SA-44 Washington, D.C. Should the Contractor fail to furnish labor, supplies, materials, and/or equipment upon request, the Government will purchase them and the Contractor shall be assessed all associated costs. The Contractor shall utilize skilled and productive manpower in order to satisfactorily furnish the required level of services specified in this contract. Failure on the part of the Contractor to utilize skilled and productive manpower may produce unsatisfactory results which may cause the Government to obtain the required services by another means or take deductions from the Contactor's monthly invoices for unsatisfactory work or work not accomplished. Utility workers shall also provide recyclable pickups, in accordance with Section C; Exhibit 8; Quality Standards; paragraph 26. The Contractor will not be responsible for performing the following services: Pest Control, Landscape & Grounds Maintenance, Trash & Debris Removal (dumpster services), Elevator Service, and Operations & Maintenance. These services are being performed as a part of other Service Contracts at the HST, BH, and other DOS Annex Facilities. Areas where the Contractor shall perform work is contained in the Work Requirements and Quality Standards Table in this contract. The Contractor shall be responsible to assure all work is performed in accordance with all Federal, State, County, and City laws, executive orders, regulations and codes, and follow the more stringent of them. In addition to compliance with these requirements, the Contractor shall follow all applicable standard industry practices including, but not limited to those published by National Institute of Building Sciences (NIBS), and the American Society of Testing Materials (ASTM), the Carpet and Rug Institute, and applicable voluntary standards of the US Environmental Protection Agency. This contract shall contains (4) CLIN's. The following is a short description of these CLINs, in terms of what they provide and how they are funded under the contract. CLIN 1 is fixed price and provides for basic janitorial services at the Harry S Truman (HST) Facility, Monday through Friday, (holidays excluded). CLIN 1 also includes snow and ice removal for the HST Building and the BH. CLIN 1 will include some of the Contractor's personnel to have the capability of obtaining Top Secret Clearances. (US Citizenship is one requirement for obtaining a Top Secret Clearance). The Government will process paperwork for SCI Clearance to be held by custodial personnel who do obtain Top Secret Clearances. See Section H for additional Security requirements. The contractor shall be responsible for daily cleaning (customer side of counters) after service hours and quarterly stripping and waxing and/or deep cleaning the Servery flooring according to manufacturers specification, weekend tours at the HST Building (see section C-8), utility workers (janitorial) at the HST, BH, and DOS annex SA-44 in the DC area, janitorial services, Monday through Friday (excluding holidays) for the VIP/Communication Center rooms at the HST Building, janitorial services, Monday through Friday, (excluding holidays) at the Blair House and Section C Exhibit 8. (Main Cafeteria & Circle Café and Martin Van Buren Dining Room) CLIN', 2 is a Indefinite Delivery-Indefinite Quantity Line Item. CLIN 2 includes "Janitorial Task Force on Call Services for HST During Overtime Hours".This CLIN is funded by delivery orders or by blanket delivery orders under the contract on an as needed basis. The estimated number of hours or quantities for CLIN 2are an estimate only and not bought by this contract. Services under CLIN 2will be ordered under RWA's (reimbursable work authorizations) issued by the COR. CLIN' 2 will include some of the Contractor's personnel to have the capability of obtaining Top Secret Clearances. (US Citizenship is one requirement for obtaining a Top Secret Clearance). The Government will process paperwork for SCI Clearance to be held by several of the working custodial personnel who do obtain Top Secret Clearances. See Section H for additional Security requirements. CLIN', 3 is a Indefinite Delivery-Indefinite Quantity Line Item. This CLIN is funded by delivery orders or by blanket delivery orders under the contract on an as needed basis. The estimated sq.ft. for CLIN 3is an estimate only and not bought by this contract. Services under CLIN 3will be ordered under RWA's (reimbursable work authorizations) issued by the COR. CLIN 3 will include some of the Contractor's personnel to have the capability of obtaining Top Secret Clearances. (US Citizenship is one requirement for obtaining a Top Secret Clearance). The Government will process paperwork for SCI Clearance to be held by several of the working custodial personnel who do obtain Top Secret Clearances. See Section H for additional Security requirements. CLIN 4 is an Indefinite Delivery-Indefinite Quantity Line Items. Specifically, CLIN 4 includes the "per square footage cost" to polish and honing of the marble floors in the Old WAR part of the HST Facility. CLIN 4 includes the "per square footage cost" to hone the marble floors in the Old WAR part of the HST Facility. This CLIN is funded by delivery orders or by blanket delivery orders under the contract on an as needed basis. Due to the timeframe for award of this Solicitation versus actual timeframes for completed Construction spaces being opened in the Renovated Section, the COR will determine when and how much square footage will be released to the Contractor to provide these services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/S-AQMMA-11-R-0249/listing.html)
 
Place of Performance
Address: Work is to be performed at the Department of State's Harry S Truman Building, known herein as HST Building, located at 2201 C Street, NW, Washington, DC, the Blair House, located at 1651 Pennsylvania Ave., NW, Washington, DC and SA-44 301 4TH ST. SW, Washington, D.C. The HST and Blair House building areas are described in Section C, Exhibit 1 & 2., Washington, District of Columbia, 20001, United States
Zip Code: 20001
 
Record
SN02503054-W 20110721/110720000742-502e2760ca35715c4838f6409b93a56f (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.