Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2011 FBO #3610
SOLICITATION NOTICE

S -- JANITORIAL SERVICES IN OLD HICKORY, TN - support documents in word version

Notice Date
10/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NWWV9327-12-00030SRG
 
Archive Date
10/26/2011
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
documentation for quotes support documents in word version and place for quotes to be input COMBINED SYNOPSIS/SOLICITATION JANITORIAL SERVICES IN OLD HICKORY, TN (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWV9327-12-00030SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561720. The small business size standard is $16.5M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Base Year; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services at the National Weather Services Office in Old Hickory, TN, in accordance with the statement of work for the period of twelve months. CLIN 1001 - Option Year I; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services at the National Weather Services Office in Old Hickory, TN, in accordance with the statement of work for the period of twelve months. CLIN 2001 - Option Year II; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services at the National Weather Services Office in Old Hickory, TN, in accordance with the statement of work for the period of twelve months. CLIN 3001 - Option Year III; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services at the National Weather Services Office in Old Hickory, TN, in accordance with the statement of work for the period of twelve months. CLIN 4001 - Option Year IV; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services at the National Weather Services Office in Old Hickory, TN, in accordance with the statement of work for the period of twelve months. (VI) Description of requirements is as follows: See attached statement of work which applies to requirement, and Department of Labor Wage Rates: WD 05-2497 (Rev.-15) which can be found on www.wdol.gov. (VII) Period of performance shall be: Base Year for a twelve month period 11/16/2011 through 11/15/2012. Option Period I for a twelve month period 11/16/2012 through 11/15/2013. Option Period II for a twelve month period 11/16/2013 through 11/15/2014. Option Period III for a twelve month period 11/16/2014 through 11/15/2015. Option Period IV for a twelve month period 11/16/2015 through 11/15/2016. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. Pre-Bid. The Government is planning a Site Visit on Monday, October 17, 2011 at 9:00 a.m. local time at the WFO Nashville Office located at 500 Weather Station Road, Old Hickory, TN 37138. To be considered for award, all vendors except the incumbent vendor, are required to attend the Site Visit. To request to be included please e-mail Tina.Carlton@noaa.gov or call 615-754-8500 x221. Subsequent to the Site Visit, an amendment containing the questions and answers will be made available via FBO. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-7719 no later than 1:00 p.m. MST, Thursday, October 20, 2011. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall included two references including the phone number, full address and email and contractor's past performance will be based on responsiveness, quality, customer services and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 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.). (3) 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 clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.223-1, Biobased Product Certification. (Dec 2007) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (Dec 2007) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-10, Waste Reduction Program (Aug 2000) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 p.m. Mountain Standard Time on Tuesday, October 25, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and the email address is Suzanne.Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Garrett@noaa.gov or fax (303) 497-7719.   STATEMENT OF WORK (SOW) JANITORIAL SERVICES REQUISITION NWWP9327-12-00030SRG BASE PERIOD PER MONTH tiny_mce_marker_________________ EXTENDED PRICE FOR 12 MONTHS TOTAL tiny_mce_marker___________ OPTION PERIOD 1 PER MONTH tiny_mce_marker_________________ EXTENDED PRICE FOR 12 MONTHS TOTAL tiny_mce_marker___________ OPTION PERIOD 2 PER MONTH tiny_mce_marker_________________ EXTENDED PRICE FOR 12 MONTHS TOTAL tiny_mce_marker___________ OPTION PERIOD 3 PER MONTH tiny_mce_marker_________________ EXTENDED PRICE FOR 12 MONTHS TOTAL tiny_mce_marker___________ OPTION PERIOD 4 PER MONTH tiny_mce_marker_________________ EXTENDED PRICE FOR 12 MONTHS TOTAL tiny_mce_marker___________ AND PROVIDE AN OVER ALL TOTAL FOR THE FULL FIVE YEARS BASE AND FOUR OPTIONS tiny_mce_marker_____________ 1. The contractor shall be responsible for satisfactorily managing and performing programs for cleaning As specified herein at the following location: National Weather Service Office 500 Weather Station Rd Old Hickory, TN 37138 National Weather Service is a 24 hour 7 day operation. 2. Meteorologist in Charge (MIC) Larry Vannozzi, Meteorologist In Charge (MlC), Phone (615)754 -8500/Ext 222. "The official is referred to throughout the Specifications as the "MIC". Tina Carlton, Alternate Contact, Phone: (615) 754-8500/Ext 221. If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount or the price of the contract may be reduced to reflect the reduced value of services performed. If the defects in services are not corrected by re-performance, the Government may require the Contractor to take necessary action to ensure that future performance conforms to contract requirements. 3. Equipment, Materials and Supplies All equipment, materials, and supplies (MSDS for chemicals) shall be furnished by the Contractor and properly stored in the areas designated by the MIC including deodorizer/sprays, cleaning supplies, and cleaning equipment. All products used are to be environmentally friendly and a list and Material Safety Data Sheets of these products will be supplied to the MIC for approval. The products are to be non-toxic, biodegradable, and made from renewable sources (not petroleum) to promote a healthy and green cleaning environment. NOTE: All paper products shall be made of recovered materials as per EPA guidelines at the following website: http://www.epa.gov/epawaste/conserve/tools/cpg/products/tissue.htm Materials Safety Data Sheets (MSDS) must be provided by the contractor to the Meteorologist in Charge (MIC) or Administrative Assistant (AS A) at each office, where the information will be kept on file in accordance with applicable guidelines of the OSHA Hazard Communications Standard. Requirements pertaining to recordkeeping will be strictly followed, with copy(s) provided to MIC as necessary and upon request. 4. Security Background Investigations Personnel security investigations are required for all contractors entering the site per CAR clause 1352.237-71 Security Processing Requirements - Low Risk (APR 2010) applies to this acquisition. JANITORIAL SPECIFICATIONS FOR WEATHER SERVICE OFFICE OLD HICKORY, TN 5. Conduct of Work Services under this contract must be performed in such a way that there will be no interruption to, interference with, the normal operation of Government business on the premises. The contractor shall be responsible for satisfactorily managing and performing programs for cleaning as specified. All equipment, materials and supplies (MSDS for chemicals) shall be furnished by the contractor including hand soap, deodorizer/sprays, cleaning supplies, and cleaning equipment. Healthy and environmentally friendly products that are non-toxic, biodegradable and made from renewable sources (not petroleum) shall be used to promote a healthy and green cleaning environment. Inspection and acceptance of work will be done by the MIC or his designated representative. 6. Square Footage/Site Conditions: Please read this to make sure it is the right fit for your office if not make needed changes The area covered by this contract consists of approximately 5092 square feet. All rooms in the Weather Service Office buildings will be cleaned as per the scope of work (SOW) listed below except for the Communications/Electrical Room and the Equipment Room. A listing of the flooring type and size of' the various rooms to be cleaned as per the SOW are: a. All glass windows and doors in the Front Entry Vestibule are to be cleaned as per SOW. b. 1232 sq. ft of carpeted area including the Reception/Waiting area, MIC Office, WCM Office, Conference Room, Training Room and Main and Side Corridors. c. 2426 sq. ft of computer tile flooring including the Primary Operations Area. d. 368 sq. ft of ceramic tile flooring including the Men '8 Bathroom, Women's Bathroom, and Kitchen. e. 890 sq. ft of linoleum floor tile including the Electronics Shop and Internal Storage Room. 8. Cleaning Schedule and Requirements Daily Six Days - Cleaning will take place between 4:00 pm and 8:00am except on the designated day off of Saturday or Sunday. REQUIREMENTS a. Daily six days per week - except on the designated days off Saturday or Sunday. 1. Empty and damp wipe all waste baskets. If plastic bags are inserted in trash cans, damp wiping may be unnecessary. 2. Remove all trash and dispose of in proper containers. 3. Vacuum all carpeting. 4. Clean and disinfect fixtures and Floors in the restrooms and break room. 5. Check paper towels, toilet tissue, and air freshener supply in the break room and restrooms and refill if necessary. 6. Dust -mop all tile and computer floors. (Note!! Never use a wet mop or allow standing liquids on computer floor) 7. Sweep outside entryway and remove any windblown debris from both entrances. b. Weekly (once every week) 1. Dust all flat surfaces which include table tops chairs, file cabinets, window sills, window ledges in the vestibules, etc.; clean glass tops on wood furniture. 2. Wet mop all tile and concrete floors (but not computer floor). 3. Wash entrance windows (vestibule windows) inside and out 4. Shake dirt out of entry floor mats. 5. Empty trash and wet mop concrete floor in external store room. c. Bi- Weekly (Once every two weeks) 1. Buff tile floors (not computer floor, however). d. Monthly (once every month) 1. Spot clean doors, walls and painted surfaces, 2. Dust high ledges, cabinet tops, ventilators, light fixtures and other high areas. 3. Wax tile floors in store room and Electronic's Office. 4. Wax tile floors in restrooms. e. Quarterly (Once every 3 months during December, March, June and September) 1. Wash all windows inside and out. 2. Vacuum draperies and/or dust blinds. f. Semi-Annually (March and September) 1. Shampoo all carpeting (confer with MIC or designated official). g. Special Instructions 2. All sweeping of resilient floor covering shall be done by the dustless pickup method using either the laundered or the disposable type of treated cloths as appropriate. All dusting shall be done by the damp or treated cloth method. 3. All rules concerning safety, smoking and the security of the building shall be observed. 4. The contractor shall remove all waste from the premises, and plastic bags used for disposal of wastepaper and put them in trash dumpster provided. 4. COMPUTER FLOOR - USE ONLY DAMP MOP, DAMP MOP WITH MILD DETERGENT WHEN NECESSARY. - Never wax, buff, polish or rinse with water containing wax. The floor surface is designed to cause a "flake-oft" and any build up of foreign substance can affect the static decay rate of the floor surface. - Never use strong abrasives, scrapers, steel wool or power scrubbers to clean the floor. - Never use excessive amounts of liquid or flood the surface with water. 5. Notify the MIC or designated representative whenever quarterly and semi-annual requirements listed in 2e and 2f are completed. 8. Invoicing The vendor will bill on a monthly basis in arrears. 9. Observance of Legal Holidays 1. The Contractor hereby agrees to observe the following Federal holidays, plus any other day off work Designated by Federal Statute, by Executive Order, or by Presidential proclamation: New Year's Day Labor Day Martin Luther King's Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day When any holiday falls on a Saturday, the preceding Friday is observed; when any holiday falls on a Sunday, the following Monday is observed. All personnel assigned to this contract shall limit their observation of holidays to those set forth above. In each instance, the Contractor agrees to continue to provide sufficient personnel to perform requirements of any critical tasks already in operation or scheduled and shall be guided by the instructions issued by the Contracting Officer or the MIC. In the event of a site dismissal or closure due to weather, emergency or other circumstances, the contractor is instructed to contact the M1C or Alternate MIC for guidance. The Certification and Accreditation (C&A) requirements of Clause 48 CFR 1352.239-72 do not apply, and a Security Accreditation Package is not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWV9327-12-00030SRG/listing.html)
 
Place of Performance
Address: National Weather Service Office, 500 Weather Station Rd, Old Hickory, Tennessee, 37138, United States
Zip Code: 37138
 
Record
SN02605227-W 20111013/111011234135-9fdc194420e7798beb6dbadea736cc58 (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.