Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

S -- Janitorial services - Wage Determination

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Pacific West Area, Area Office, 800 Buchanan Street, Albany, California, 94710-1105, United States
 
ZIP Code
94710-1105
 
Solicitation Number
AG-95CV-S-11-0023
 
Archive Date
10/22/2011
 
Point of Contact
Louise L. Snitz, Phone: 510-559-6022
 
E-Mail Address
louise.snitz@ars.usda.gov
(louise.snitz@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination 2005-2569, Rev 13, 06/13/2011 i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. ii) Solicitation No. AG-95CV-P-11-0023 is issued as a request for quotation (RFQ). iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23, effective August 4, 2011. iv) This procurement is 100% set-aside for small business. The NAICS code is 562730. The small business size standards is $16.5M. v) Line Item No. 001, Janitorial services in accordance with the Description of Work below, for the period 01 November 2011 through 31 October 2012. $_____ per month x 12 months = ____________ Line Item No. 002, Option One, same as above, for the period 01 Nov 2012 through 31 Oct 2013. $_____ per month x 12 months = ____________ Line Item No. 003, Option Two, same as above, for the period 01 Nov 2013 through 31 Oct 2014. $_____ per month x 12 months = ____________ Line Item No. 004, Option Three, same as above, for the period 01 Nov 2014 through 31 Oct 2015. $_____ per month x 12 months = ____________ Line Item No. 005, Option Four, same as above, for the period 01 Nov 2015 through 31 Oct 2016. $_____ per month x 12 months = ____________ vi) Description of work: Provide janitorial services for building at USDA, Agricultural Research Service, Columbia Conservation Research Center, at 48037 Tubbs Road; Adams, OR, 97810 (physical address) USDA-ARS, PO Box 370 Pendleton, OR 97801 (post office address) as follows: • Main Office/Laboratory/Annex Building (7500 square foot building) • Shop Office and Lavatory (200 square feet) • Microbiology Laboratory (400 square feet). The building is located nine miles N.E. of Pendleton, on Highway 11, near Adams, Oregon. Contractor shall provide all labor, supervision, equipment, and supplies necessary to perform the work described herein, except for those supplies and equipment stated in "Government-Furnished Property". Contractor shall use the Government-furnished equipment, such as the machine floor scrubber-buffer and the vacuum cleaner, but is not necessarily limited to that equipment in order to perform the services in this contract. The following tasks' suggested frequency is once per week. WASTE BASKETS: Empty waste receptacles, listed below, into approved depository and cover to prevent papers from blowing. • Annex rooms 141, 142, 147, 150, and 151 • Shop rooms 301 and 302 • Microbiology lab • Main Building all rooms 2. Replace liners, if previously lined. 3. Do not dispose of boxes or other debris in or around desks unless clearly marked to do so. DRINKING FOUNTAINS: Clean and disinfect including orifices and drain. Shall be completely free of streaks, stain, spots, smudges, scale and other obvious soil. ENTRYWAYS AND OUTSIDE AREAS: 1. Clean all doors and window glass in order to that they be free of film, dirt, smudges, cobwebs, water and other foreign matter. 2. Also, clean frames, casings and window sills to be free of same. 3. Sweep entryway floors and approaches to entry floors to be free of debris and foreign matter. 4. Vacuum entrance mats or wash, as appropriate. FURNITURE: 1. Dust conference room and lobby furniture with treated cloth. 2. Clean lunchroom tables, room 150. WALLS: Keep free of fingerprints and smudges around light switches by spot cleaning. LAVATORIES: 1. Scrub, disinfect, and keep free of streaks the following: toilet bowls, urinals, sinks and plumbing fixtures. 2. Clean, disinfect and keep free from streaks, detergent residue and soil the following: partitions, stall doors and walls. 3. Clean, disinfect and keep free of disinfectant residue both sides of toilet seats 4. Clean dispensers, mirror and adjacent trim. 5. Sweep and mop, with germicidal detergent, rest room floors. Upon completion, floor shall have uniform appearance: no streak, swirls or standing water 6. Free of splash marks or mop streaks on walls. 7. Free of soil accumulated along baseboards. 8. Refill towel, soap and toilet paper dispensers. FLOORS: 1. Dust mop all general traffic area, non-carpeted floors, laboratories and hallways, including corners and under furniture with legs. 2. Vacuum rooms 105 A & B, carpeted floor. 3. Vacuum door mats in entry area. The following tasks' suggested frequency is once per month: FLOORS: 1. Dust mop and wet mop all floors (Main building all rooms, Annex rooms 141, 142, 147, 150 and 151; Shop rooms 301 and 302, and Microbiology lab), including under desks and other furniture with legs, and in corners. 2. Leave floors with uniform appearance without streaks, swirl marks, detergent residue, or evidence of soil, stain, film or standing water. 3. Free of splash marks or mop streaks on walls. 4. Free of soil accumulated along baseboards. ENTIRE BUILDING: Remove dust and cobwebs from walls, ceilings, exterior surfaces of light fixtures, window frames and sills. Suggested frequency: every 6 months. FLOORS: Wax and buff all floors. GOVERNMENT-FURNISHED PROPERTY The Government shall deliver to the Contractor the following listed materials, supplies, property or services hereinafter referred to as "Government-Furnished Property". Contractor shall advise Contracting Officer's Representative four weeks in advance when supplies are needed: 1. Mops, mop heads, mop bucket, janitor cart, brooms, duster, and miscellaneous brushes and scrubbing equipment 2. Bathroom soap, toilet tissue, trashcan liners and paper towels. 3. Containers for trash disposal, placed outside the building 4. Floor polisher/scrubber and floor buffer. Government will provide a reasonably-sized storage space (unlocked) for Contractor's small equipment and small quantity of supplies. GOOD HOUSEKEEPING PRACTICE: 1. After use, return all cleaning equipment and supplies the approved storage space. 2. Empty, rinse and dry all mop buckets: • Empty mop bucket contents in mop sink in Annex Building, not onto loading dock pavement. 3. Rinse and hang all mops for proper drying 4. Place all used dust mop heads and cleaning rags into the recycling hamper. HANDLING CLEANING SOLVENTS: All cleaning solvents shall be preserved per commercial instructions. All commercial markings shall remain on items for identification and medical instructions. If items should require transfer to another container that container shall be clearly marked as to its content and its medical instructions. All cleaning solvents and chemicals kept in quantities larger than those of a normal household shall have a Material Safety Data Sheet (MSDS) supplied by the manufacturer. The original MSDS shall be available where the solvent or chemical is stored and used and a copy shall be given to the contracting officer for filing in the master MSDS file. KEY CONTROL: The Contractor shall establish and implement methods of ensuring that all keys issued to the Contractor by the Government are not lost, or used by unauthorized persons. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall report the occurrence of a lost key immediately to the Contracting Officer but no later than the next day. SECURITY: 1. The Contractor shall not use government computers or printers, or enter desks or files, or read correspondence or other documents left in baskets or otherwise exposed to view. This prohibition does not pertain to materials displayed for public information. 2. When leaving the building the Contractor shall turn off all lights, except nightlights, and shall lock all exterior doors and gates. 3. If a room has a sign such as "Do Not Enter" or "No Janitorial Service", Contractor is not responsible for cleaning that room until further correspondence (sign or verbal) is provided by the occupant. 4. The only authorized individuals may enter the building. They are persons employed by the USDA, ARS, PWA; Oregon State University, or the Contractor. WORK SCHEDULE: Contractor shall schedule work in accordance with building working hours, as follows: • One day per week, any day Monday through Friday. • Time shall be same as building officer hours: 7:30 am to 4:00 pm. • If scheduled work day is falls on a holiday, Contractor shall re-schedule the workday one day before or after the holiday, excluding weekends. • Biannual Waxing and Buffing shall be performed on a weekend day, and shall be pre-arranged with Patricia Frank, Administrative Officer. The federal holiday schedule is provided below: New Year's Day 1 January Martin Luther King, Jr. Birthday 3rd Monday in January President's Day 3rd Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day 1st Monday in September Columbus Day 2nd Monday of October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December No additional work shall be performed unless directed by the Contracting Officer. (vii) The dates and delivery of services location is provided in (vi) above. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition without addenda. (ix) The provision at 52.212-2, Evaluation-Commercial Items is applicable. The specific evaluation criteria are: Experience in work of similar nature, Intention to hire currently employed janitor at Pendleton and Price, inclusive of option years. (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition without addenda. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq (xiii) The following additional contract clauses are applicable: 52.217-5 Evaluation of Options (July 1990). 52.217-9 Option to Extend the Term of the Contract (Mar 2000). The attached Wage Determination No. 2005-2569, Rev. 13, dated 06/13/2011, is applicable. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. (xv) Offers are due October 6, 2011, by 5:00 pm Pacific daylight time, at the USDA, ARS, PWA, 800 Buchanan Street ATTN: L.Snitz, Albany, CA 94710, or e-mailed to louise.snitz@ars.usda.gov, or faxed to 510-559-6023. (xvi) Contact Louise Snitz, 510-559-6022, louise.snitz@ars.usda.gov, or fax (510)559-6023, for information regarding the solicitation. A site visit will be held 29 September 2011 at 9:00 am. Contact Patricia Frank, Location Administrator, (541)278-4402, patricia.frank@ars.usda.gov for directions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/PWAO/AG-95CV-S-11-0023/listing.html)
 
Place of Performance
Address: USDA, Agricultural Research Services, Columbia Conservation Research Center, 48037 Tubbs Road (physical address), Adams, Oregon, 97810-3057, United States
Zip Code: 97810-3057
 
Record
SN02593553-W 20110928/110927000613-948dc4a7a067d1a177640e63a914f821 (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.