Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
SOLICITATION NOTICE

S -- Janitorial Services for Hungry Horse Ranger District Admin. Bldg. - Package #1

Notice Date
12/2/2011
 
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-12-0008
 
Archive Date
2/16/2012
 
Point of Contact
Donna Z Crawford, Phone: 406-758-5315, Tina D Mainey, Phone: 406-329-3845
 
E-Mail Address
dzcrawford@fs.fed.us, tmainey@fs.fed.us
(dzcrawford@fs.fed.us, tmainey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule of Items, Performance Requirements, Quality Assurance, Experience Questionnaire & 212-3 JANITORIAL SERVICES FOR HUNGRY HORSE RANGER STATION ADMINISTRATION OFFICE 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-11-0008 is issued as a request for quotation (RFQ) for Janitorial Services for the Hungry Horse Ranger Station Administration Office. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53B. 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. SCOPE The scope of this contract is to provide janitorial services for the Administration Building at the Hungry Horse Ranger Station, Hungry Horse, Montana, in strict compliance with the terms, specifications, conditions and provisions contained herein. The Contractor shall furnish all labor, supplies (except Government - furnished property listed below), equipment, transportation, and supervision necessary to maintain the designated building in a clean, sanitary, and acceptable condition. The total square footage of the area to be cleaned is 13,230 sq. ft. The Contractor shall be responsible for the cleanliness and sanitation in areas used for offices and storage in accordance with general commercial practices. PLACE OF PERFORMANCE The Hungry Horse Ranger Station is located at 10 Hungry Horse Drive in Hungry Horse, MT. SITE VISIT (FAR 52.237-1)(APR 1984) Offerers 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. Interested parties desiring to inspect the work area are encouraged to make an appointment with Rick Stevens, 406-387-3848, at the Hungry Horse Ranger Station. CONTRACT TIME The Base Contract period shall be from February 1, 2012, to January 31, 2013. Option Period One shall be from February 1, 2013, to January 31, 2014. PERFORMANCE BASED SERVICE CONTRACT This work is being solicited as performance based, commercial item contract. Performance based means the Contractor is responsible for an end product. If an end product is not provided, 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. SERVICE CONTRACT ACT This contract is subject to the Service Contract Act. Please see attached Wage Determination: Wage Determination No.: 2005-2318, Revision No.: 12, Date Of Revision: 06/13/2011 MEASUREMENT AND PAYMENT Monthly payments will be made for janitorial services which have been satisfactorily provided during that month. Submit invoices for payment to the Contracting Officers Representative. Invoice will be reviewed and approved or rejected by the COR within 7 days of receipt of the invoice. Rejected invoices must be corrected and resubmitted. COR will forward the approved invoice to the Contracting Officer for payment processing. BUILDING SECURITY The Contractor shall be responsible for safeguarding all Government property used or accessed during performance of contract work. At the end of each work period, all Government facilities, equipment and materials shall be secured. The Contractor shall double check all doors nightly. Windows shall be closed and locked. The Contractor shall limit the use of Government entry cards to access Government facility for performance of contract work. The Contractor shall not duplicate any entry cards issued by the Government and shall immediately report to the Contracting Officer any occurrences of lost or duplicated entry cards. CONTRACTOR PERSONNEL Contractor Employee Qualifications: The Contractor shall employ competent and skilled personnel. The offeror is required to submit a list of personnel who will do the work and the extent of their experience. Prior to a change of personnel, a list shall be submitted with names and their experience to the Contracting Officer for approval. The Contractor shall provide adequate supervision to prevent employees from disturbing papers, computer and terminals on the desks, opening drawers or cabinets or using the telephone except for emergency calls to police or fire departments. The Contractor or employees shall not bring children to the premises while the work is being performed. SAFETY: Cloths, mops, or brushes containing a residue of wax or other combustible material are subject to spontaneous ignition and shall not be stored in the building. Contractors shall comply with all Federal, State, or Local regulations, laws, codes, and requirements relating to safety. DAMAGE TO GOVERNMENT BUILDING AND EQUIPMENT Building finishes and equipment soiled or damaged due to the Contractor's operations shall be cleaned, repaired, replaced or restored to a condition not less than that existing immediately prior to the damage. GOVERNMENT FURNISHED PROPERTY: The Government will supply to the Contractor materials, supplies, property or services (hereinafter referred to as "Government-furnished property") as listed below. As supplies need replenishing, the Contractor shall notify the Contractor Officer's Representative (COR) in writing on a monthly basis. The Government requires a two week advance notice to replenish consumable government furnished property. Supplies listed below shall be supplied by the government. The Contractor shall be liable for all loss or damage of such delivered Government-furnished property until completion and final acceptance of work required under this contract. -Keys and an entry card necessary for access to areas requiring work under this contract -Dumpsters for refuse disposal -Vacuum cleaner and vacuum cleaner bags. -Garbage receptacle and liners -Hand soap, toilet paper, 3 fold paper towels -Utilities -Storage space for Contractor-furnished cleaning supplies and equipment WORK HOURS: The days of work shall be Monday through Friday, Saturday or Sunday can be substituted for Friday. Work hours shall be between the hours of 6:00 p.m. and 5:00 a.m. except on weekends. Weekend cleaning may be performed at any time during the weekend. REQUIREMENTS GUIDELINES: 1) Floors, Tiles Linoleum a. All carpeted floors (including inside doormats) shall be vacuumed to be kept free of dirt, paper and other debris per schedule or more frequently as needed. b. Sweep and mop all uncarpeted floors and stairs so as to keep free of marks, dirt, mud and other debris c. All carpets shall be spot cleaned as needed. d. Inside mats shall be cleaned daily. 2) Walls, Doors, and Light Fixtures: a. All Wall Surfaces, Door Knobs, Door Handles, and Light Switch Plates shall be kept clean and free of marks. b. All baseboards and door frames shall be kept clean and free of marks. c. Lobby light fixtures, light fixtures at ceiling height, vents, fans, and air intake shall be washed and cleaned quarterly and kept free of dust, dirt and debris. 3) Dusting and Cobweb Removal: a. All counter, ledge, and display surfaces and wall corners shall be kept clean and free of dust and cob webs. b. All exposed surfaces on book cases and file cabinets shall be kept clean and free of dust. Business machines, terminals, consoles, plotting boards and equipment of similar nature shall not be dusted. 4) Bathrooms and Kitchen: a. All bathroom and kitchen floors shall be kept clean, free of marks, and disinfected. b. The inside and outside of all toilets and urinals shall be kept clean and disinfected. c. All sinks and showers shall be kept clean, disinfected, and free of rust, residue and water deposits. d. All mirrors shall be kept clean, dry, and free of streaks and residue. e. All other fixtures, surfaces, walls and stalls shall be kept clean, disinfected, and free of water spots, marks and residue. f. All supplies for the toilet paper, paper towel and soap dispensers shall be filled, or replaced, so as to maintain a continuous, inexhaustible supply. 5) Door Window Panes, Sills, Blinds a. Window panes of front, sides, and rear entryway doors and all adjacent doorway windows inside the building shall be washed, dried, and have a clean, streak free appearance daily. b. Window sills shall be kept clean and free of dust. c. Window blinds shall be cleaned a minimum of twice per year. Damp-wipe the last week in July and dust the third week in January. d. Exterior and interior windows including screens shall be thoroughly clean semiannually in May and September. 6) Trash Disposal and Wastebasket Maintenance: a. All trash cans shall be emptied into an outside receptacle anytime trash is present. b. All trash can liners shall be kept free of paper, food, liquids, and unsightly materials. 7) Furniture: a. All fabric type furniture shall be vacuumed monthly to be kept free of dust and other debris. b. Tables and counters in common areas and conference rooms shall be washed weekly. 8) Other: a. All entry ways shall be swept and kept free of dirt, cobwebs and other debris. b. Drinking fountains shall be cleaned and disinfected. c. Filing cabinets and lockers shall be damp-wiped to remove finger prints. Additional periodic cleaning may be needed for events such as fire and will be handled as a separate service contract. See attached Performance Requirements Summary.   QUALITY CONTROL AND QUALITY ASSURANCE The Contractor shall develop a complete site specific Quality Control Plan (QCP) to ensure the requirements of this contract are provided for as specified. The goal of the QCP should be to identify and correct any problems that may arise before they are identified by the CO or his/her representative. A written Quality Control Plan must be submitted to the Government with the quote and will be incorporated into the resultant contract. It is the Government's responsibility to provide Quality Assurance. Please see the attached Quality Assurance Surveillance Plan. QUOTE SUBMISSION Offers/Quotes are due at the Western Montana Acquisition Zone, C/O Flathead National Forest, 650 Wolfpack Way, Kalispell, MT 59901 by Wednesday, January 4, 2012 at 4:00 MST. Submit quotes Attn: Donna Crawford, 650 Wolfpack Way, Kalispell MT 59901 See Attached Schedule of Items for Quote submission. Notes: Quotes are required on all items including the Base Period, and Option Period One, to be considered for award. To be considered for award your quote must include the following: 1. Quote submitted on the attached Schedule of Items 2. Experience Questionaire 3. Proof of ORCA Registration or a completed FAR Part 52.212-3 4. Site specific Quality Control Plan (QCP). In order to be eligible for an award, potential contractors must comply with all requirements of FAR Part 52.204-7, Central Contractor Registration and FAR Part 52.212-3 Official Reps and Certs. BASIS OF AWARD One award will be made. Offer of award will be made to the Quoter whose quote, conforming to the solicitation, will be most advantageous to the Government. Price, experience, and past performance shall be considered. Past experience and past performance, when combined, are equal to price in the over-all evaluation. See FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) for further information. The quoter must submit a completed Experience Questionnaire with the quote to be considered for award. Though any format is acceptable, a sample Experience Questionnaire is attached for your convenience (see attachment to this solicitation. Contract Terms and Conditions The provision at FAR 52.212-1 Instructions to Offerors-Commercial (JUN 2008), applies to this acquisition. The provisions at FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) will be used as follows: (a) 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: Past Experience Past Performance Price Past performance when combined with Past Experience are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2011) with offer or proof of registration in ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (AUG 2011), applies to this acquisition and in addition to this provision are the following addenda: FAR 52.212-4 Addendum to - Contract Terms (MAR 2009) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. AGAR 452.204-71 Personal Identity Verification of Contractor Employees (MAR 2006) Alternate I (MAR 2006) (a) Before an employee may begin work on this contract, each employee must, as directed by the PIV Sponsor: 1. Complete either a SF-85, Questionnaire for Nonsensitive Positions, SF-85P, Questionnaire for Public Trust Positions, or SF-86, Questionnaire for National Security Positions, as appropriate, and items 1, 2, 8 through 13, 16 and 17a of the OF-306, Declaration for Federal Employment. The current versions of forms SF-85, SF-85P, and SF-86 carry Office of Management and Budget (OMB) control number 3206-0005. Form OF-306 has OMB control numbers 3206-0182. See http://www.opm.gpv/forms/pdf_fill/sf85.pdf; or http://www.opm.gov/forms/pdf_fill/sf85p.pdf; or http://www.opm.gov/forms/pdf_fill/sf86.pdf: and http://www.opm.gov/forms/pdf_fill/of0306.pdf. 2. Complete a Fair Credit Reporting Release, and 2 FD-258, Fingerprint Charts. The Fair Credit Reporting Release is located at: http://www.usda.gov/da/pdsd/Web-Fair.htm. The FS-258, Fingerprint Charts, may be obtained by contract companies (not individuals) by faxing a request to US Investigations Services at 724-794-0012 Attn: Michelle Pennington. Include the requestor's name, mailing address, and number of FD-258, Fingerprint Charts requested. Questions regarding fingerprint charts may be addressed to michelle.pennington@opm.gov. Contractor employees' fingerprints shall be taken by a Federal security office, or Federal, State, municipal, or local law enforcement agency. 3. The contractor's employee must appear in person in front of the PIV Sponsor or his or her designee with the completed forms and 2 identity source documents in original form. The identity source documents must be documents listed as acceptable for establishing identity on Form I-9, Employment Eligibility Verification, List A and B. The I-9 Form may be found at http://uscis.gov/graphics/formsfee/forms/files/i-9.pdf. At least one document shall be a valid State or Federal government-issued picture identification (ID) card. Applicants who possess a current State Drivers License or State Picture ID card shall present that document as one identity source document before presenting other State or Federal government-issued picture ID cards. This shall be done before or at the time the contract employee begins work under the contract. 4. Receive a finding that no potentially disqualifying information is listed on the above noted forms. After beginning work under the contract, the contractor employee must receive a favorable agency adjudication of the FBI fingerprint and NACI results, or other U.S. Office of Personnel Management or National Security community background investigation. (b) Should the results of the PIV process require the exclusion of a contractor's employee, the contracting officer will notify the contractor in writing. (c) The contractor must appoint a representative to manage this activity and to maintain a list of employees eligible for a USDA PIV ID Badge required for performance of the work. (d) The responsibility of maintaining a sufficient workforce remains with the contractor. Employees may be barred by the Government from performance of the work should they be found ineligible or to have lost eligibility for a USDA PIV ID Badge. Failure to maintain a sufficient workforce of employees eligible for a USDA PIV Badge may be grounds for termination of the contract. (e) The contractor shall insert this clause in all subcontracts when the subcontractor is required to have access to a federally-controlled facility or information system. (f) The PIV Sponsor for this contract is the contracting officer representative (COR), unless otherwise specified in this contract. The PIV Sponsor will be available to receive contractor identity information at a mutually agreed to time and location. The Government shall notify the contractor if there is a change in the PIV Sponsor, the office address, or the office hours for registration. Background Investigation (FEB 2007) Upon award of the contract, the Contractor shall furnish and immediately submit a completed electronic Standard Form (SF) 85P and supporting documents to Mr. Immanuel West of the U.S. Forest Service for all applicants operating under this contract. The following information will be required for each applicant to be reviewed: • Complete name (first, middle, last). • Date of birth. • Place of birth. • Social Security Number • Working contact telephone number. Contractors (a.k.a. "Applicants" for the purpose of background investigations) shall provide the required information to Mr. Immanuel West at iwest@fs.fed.us or by fax to (505) 563-9991. Mr. West can be contacted at (505) 563-9211. Once the information is received, the applicant will be sent the information needed to access the secure on-line database system so that they can complete their SF-85P electronically. A paper version of the SF-85P will no longer be accepted by the Forest Service. Applicants can obtain information about this relatively new investigation process at http://www.usda.gov/pdsd/. Costs incurred by the Government associated with the background check will be deducted from the first payment for services for all applicants investigated. Costs to the Government are anticipated to be approximately $558.00 per applicant. Contractor applicants must receive a favorably adjudicated Minimum Background Investigation (MBI) in order to continue operating under this contract. Contract pilots will be permitted to operate aircraft while the initial background investigation is being conducted. If an applicant fails to meet this requirement, that applicant shall be removed from the contract and shall be replaced by the Contractor. If the Contractor is an owner/operator (no employees), the Contracting Officer will issue a no-cost termination. 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 15 days from expiration of the contract. 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 15 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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. The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (2) years, six (6) 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 September 30, 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 September 30, 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 52.228-5 Insurance-Work on a Government Installation (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. 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 The Contractor shall be the source for warranty work regardless of the make of the component. 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 these addresses: www.arnet.gov/far/ and the Agriculture Acquisition Regulation may be accessed at www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.245-2 Government Property Installation Operation Services (JUNE 2007) 52.245-1 Government Property (JUNE 2007) 52.245-9 Use and Charges (JUNE 2007)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-12-0008/listing.html)
 
Place of Performance
Address: Hungry Horse Ranger Station, 10 Hungry Horse Drive, Hungry Horse, Montana, 59919, United States
Zip Code: 59919
 
Record
SN02632690-W 20111204/111202234326-f8773edd15fd3dbd1e387ddc65d9c7a7 (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.