Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

S -- JANITORIAL SERVICES - SCA Wage Determination

Notice Date
4/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
448-12MR-1067
 
Archive Date
5/18/2012
 
Point of Contact
Jo D. Scott,
 
E-Mail Address
scott.jo@dol.gov
(scott.jo@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SCA Wage Determination for McAlester, OK This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. The solicitation number is 448-12MR-1067, assigned for tracking purposes only, and is issued as a Request for Proposals. No other solicitation will be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-56. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $16,500,000.00. This requirement is a Small Business set-aside and only qualified offerors will be considered. MSHA seeks vendors that can provide the following: Janitorial/custodial services at the MSHA office located at 509 S. 3rd Street, McAlester, OK per the Statement of Work (SOW). Prices and Costs: a) BASE PERIOD - INITIAL 12 MONTH PERIOD (Anticipated start date is June 1, 2012) i. Provide janitorial/custodial services three (3) times weekly to include vacuuming, mopping, dusting, cleaning & restocking restrooms, emptying trash cans, cleaning all glass doors, cleaning air vents and louvers. Contractor shall service as needed - cleaning all windows inside and outside, sweep porches, steps, sidewalks, driveways and parking lot and shampoo carpet. Yard maintenance is required as part of this service to include mowing, raking, edging, bush trimming and removal. $______________/month = ______________/year b) OPTION PERIOD 1 - FIRST ADDITIONAL 12 MONTH PERIOD (June 1, 2013 thru May 31, 2014) ii. Provide janitorial/custodial services three (3) times weekly to include vacuuming, mopping, dusting, cleaning & restocking restrooms, emptying trash cans, cleaning all glass doors, cleaning air vents and louvers. Contractor shall service as needed - cleaning all windows inside and outside, sweep porches, steps, sidewalks, driveways and parking lot and shampoo carpet. Yard maintenance is required as part of this service to include mowing, raking, edging, bush trimming and removal. $______________/month = ______________/year c) OPTION PERIOD 2 - SECOND ADDITIONAL 12 MONTH PERIOD (June 1, 2014 thru May 31, 2015) i. Provide janitorial/custodial services three (3) times weekly to include vacuuming, mopping, dusting, cleaning & restocking restrooms, emptying trash cans, cleaning all glass doors, cleaning air vents and louvers. Contractor shall service as needed - cleaning all windows inside and outside, sweep porches, steps, sidewalks, driveways and parking lot and shampoo carpet. Yard maintenance is required as part of this service to include mowing, raking, edging, bush trimming and removal. $______________/month = ______________/year GRAND TOTAL OF BASE + OPTION PERIODS - $ _________________ STATEMENT OF WORK PART 1 1.1 OBJECTIVES The objective of this contract is to obtain the Contractor's services To provide support for Janitorial Service in McAlester, OK Field Office. 1.2 SCOPE It is the intention of the scope of work to set forth the requirements and conditions for performing janitorial/cleaning services for McAlester OK FO. 1.3 PERIOD OF PERFORMANCE: The period of performance shall be for one (1) Base Year of 12 months and two (2) twelve month option Periods. The anticipated start date is June 1, 2012. The Period of Performance reads as follows: BASE PERIOD: June 1, 2012 thru May 31, 2013 OPTION PERIOD 1: June 1, 2013 thru May 31, 2014 OPTION PERIOD 2: June 1, 2014 thru May 31, 2015 1.4 QUALITY CONTROL: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this SOW. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The Quality Control Plan is to be delivered with the contractors' proposal. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.3.3 RECOGNIZED HOLIDAYS: The contractor is not required to perform services on the following holidays: New Year's Day Martin Luther King Jr.'s Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day 1.3.4 HOURS OF OPERATION: The McAlester, OK Field Office conducts business between the hours of 7:00 and 4:30 Monday through Friday. Cleaning must be done after these hours except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this SOW when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. The Contractor will in the performance of this contract immediately notify the COR or the MSHA Point of Contact if the time and/or service obligations of this contract cannot be met due to inclement weather, civil disturbances, equipment failure, illness, etc. MSHA recognizes the obligation of the Contractor to provide for the safety and well being of personnel engaged in providing services under this contract. The Contractor shall notify the MSHA COR or other Point of Contact no later than 9:00 a.m. on the day the services were scheduled to be provided if any circumstances prevent timely performance. 1.3.5 PLACE OF PERFORMANCE: The work to be performed under this contract will be performed at: Mine Safety and Health Administration McAlester, OK Field Office 509 S. Third Street McAlester, OK 74502-5819 1.3.6 TYPE OF CONTRACT: This is a Firm Fixed Price (FFP) contract. Award will be made to the lowest priced technically acceptable offeror. 1.3.7 SECURITY REOUIREMENTS: Contractor staffs are required to conform to MSHA's security and privacy requirements as described below. Per the PERSONAL, IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL clause of the Federal Acquisition Regulation (FAR 52204-9): 1.3.7.3.1 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. 1.3.9 CONTRACTING OFFICER REPRESENTATIVE: The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting contract. 1.3.11.1.5 Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States and or the Department of Labor. 1.3.11.1.6 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the contractor to remove any contractor employee from U.S. Department of Labor facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any Contract awarded. The Contracting Officer will provide the contractor with a written explanation to support any request to remove an employee. 1.3.11.1.7 Conflict of Interest. The contractor shall not employ any person who is an employee of the United States Government if that employment would appear to cause a conflict of interest. PART 2 DEFINITIONS & ACRONYMS CO - Contracting Officer COR - Contracting Officer's Representative: A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor Defective Service. A service output that does not meet the standard of performance associated with it in the Statement of Work. DOL - Department of Labor FAR - Federal Acquisition Regulation MSHA - Mine Safety Health and Administration OMB - Office of Management and Budget PIV - Personal Identity Verification POP - Period of Performance Ouality Control - Those actions taken by a contractor to control the performance of services so that they meet the requirements of the SOW. Quality Assurance - Those actions taken by the government to assure services meet the requirements of the Statement of Work SF - Standard Form SOW - Statement of Work PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.0 GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1 The Government shall provide the following resources to the on-site Contractor staff performing under this SOW. 3.2 Facilities, Supplies, and Services. MSHA will provide toilet tissue, paper towels, Pledge, Windex & other cleaning supplies. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES Contractor is to furnish their own equipment, such as vacuum cleaners, vacuum cleaner bags, lawn mowers, window cleaning equipment, and carpet shampooing machine. PART 5 SPECIFIC TASKS I. TASKS The following is the set of tasks required under this Contract. There are 13 rooms in the McAlester, OK Field Office that need janitorial services 3 times per week - there are 2 large rooms upstairs, 2 small storage areas, 1 computer room, I break room, 5 offices and 2 restrooms (1 upstairs & 1 downstairs). REQUIRED SERVICES THREE TIMES WEEKLY TO INCLUDE:  Vacuum ALL carpets and floors  Mp all uncarpeted areas and carpet protectors  Dust desktops, cabinets, bookcases, table tops and all other nonspecified articles and areas  Clean Restrooms and restock them with MSHA provided supplies  Clean all glass doors, inside and outside  Empty wastebaskets into the trash Dumpster  Clean drinking fountain  Vacuum upholstery  Clean air vents and louvers SERVICE AS NEEDED: Clean all windows inside and outside Sweep porches, steps, sidewalks, driveways and parking lot Shampoo Carpet YARD MAINTENANCE TO INCLUDE: Mowing, Raking, Edging, Bush Trimming and Removal, etc. STOP WORK All work shall be performed in a safe and professional manner. If work is not performed safely and professionally, the COR shall have the authority to stop work immediately. This does not in any way affect the U.S. Government's right to terminate the contract for default or convenience in accordance with the applicable provisions of the contract. AUTHORITY Only the Purchasing Agent has the authority to modify the contract, authorize changes in funding, or add additional funds for expenditure under a contract. Should the contractor question charges or instructions under this task order, the contractor will bring these issues to the Purchasing Agent for resolution. All issues brought to the attention of the Purchasing Agent must be presented in writing via a letter/memo or e-mail. The selected Offeror must comply with the following terms and conditions, which are incorporated herein by reference: 52.212-3 Offeror Representations and Certifications; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.202-1, 52.203-5, 52.203-6, 52.203-7, 52.204-7, 52.204-9, 52.212-1, 52.212-2, 52.216-24, 52.216-25, 52.219-28, 52.222-3, 52.222-50, 52.223-13, 52.223-14, 52.225-13, 52.225-25, 52.232-1, 52.232-18, 52.232-32, 52.233-1, 52.233-2, 52.233-3, 52.233-4, 52.237-1, 52.237-2, 52.237-11, and 52.244-6. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Addenda to 52.212-2 Evaluation - Commercial Items 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: I) Technical Capabilities a) Experience b) Understanding of the Requirement II) Price Technical Capabilities and its sub factors, are significantly more important than price. However, as Offeror's ratings for the non-price factors approach equality, price becomes significantly more important in the award decision. 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. The Government will award a single Firm Fixed Price contract from this combined synopsis/solicitation. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Technical Capabilities). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Purchasing Agent to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. TECHNICAL CAPABILITIES - The proposals will be evaluated to determine whether the Offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the Offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. No pricing information is to be provided in the Technical Capabilities. The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the SOW. The Offeror shall submit a proposal that demonstrates its understanding of the work described in Part 5 of the SOW. The Government must receive enough information to make a determination that the Offeror can complete the defined work or the proposal may be considered non-responsive. PRICE - The Offeror shall provide a document outlining their pricing using the attached Request for Quotations. Pricing must be provided separately from your technical capabilities. FACTOR I - TECHNICAL CAPABILITIES - The Offeror shall submit a proposal that acknowledges the tasks identified in the Statement of Work to allow the Government to make a sufficient determination that the Offeror is capable of performing the work. Sub factor a. EXPERIENCE - The Offeror shall provide a synopsis of their experience in performing the tasks listed in the Statement of Work. Sub factor b. UNDERSTANDING OF THE REQUIREMENT - The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the SOW. The Offeror shall submit a proposal acknowledging that they are capable of completing the tasks identified in the SOW, outlining their method and approach to completing the requirements. FACTOR II - PRICE - The Government will evaluate offers for award purposes by adding the total of Base Period plus all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b)(2). Price will become significantly more important as technical ratings approach equality. No Adjectival ratings will be used to evaluate Price. Adjectival Ratings: Proposals will be adjectivally rated against each of the evaluation factors set forth in this plan and in the solicitation. Adjectival ratings for Factor I, Technical Capabilities follow. No Adjectival ratings will be used to evaluate Factor II - Price. Adjectival Ratings. The following adjectival ratings will be used: Factor I - Technical Capabilities - will be rated using the following Adjectival Scale: Acceptable - A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems with an overall moderate to high degree of risk in meeting the Government's requirements. Unacceptable - A proposal that contains major error(s), omission(s) or deficiency(ies) that indicate a lack of understanding of the SOW that may result in not being capable of meeting all the requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Non-Price Factors - The importance of the Non-Price Evaluation Factors is in the following descending order with the most important factor listed first: Factor I - Technical Capabilities and its sub factors are significantly more important than Factor II, Price. However, as Offeror's ratings for the non-price factors approach equality, Factor II, Price becomes significantly more important in the award decision. A firm fixed price contract is anticipated for this project. Contract is Base Period of twelve (12) months plus two (2) twelve (12) month Option Periods. Contract is anticipated to begin on June 1, 2012. In order to be considered for the award, proposals must be provided for Base Period and all Option Periods. SITE VISIT: A site visit is scheduled for Friday April 20, 2012 at 10:00 a.m. CT at the MSHA Office, 509 S. 3rd Street, McAlester, OK 74502. The site visit will be conducted by Garry Bishoff. If you plan to attend, you must notify Jo Scott at scott.jo@dol.gov no later than COB Thursday, April 19, 2012. It is highly recommended that you attend the site visit. PROPOSALS WILL BE BINDING. FAILURE TO ATTEND SITE VISIT WILL NOT BE CAUSE FOR MODIFICATION OF PROPOSALS. Any questions are due by Wednesday, April 25, 2012 at 10:00 a.m. EST. Questions not received by this deadline may not be considered. Answers to all questions will be posted to FBO website as soon as possible after this date, but in sufficient time for final proposal to be prepared and submitted. Questions must be submitted to Purchasing Agent Jo Scott at scott.jo@dol.gov in PDF form or MS Word Office/Excel 2003 compatible files with a font size at least a 10 point. No Vista or Zip files should be submitted. NO TELEPHONE CALLS WILL BE ACCEPTED. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Registration is free. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA website at https://orca.bpn.gov. Registration is free. The Service Contract Act (SCA) Wage Determination No. 2005-2433, Revision #11, dated 6/13/2011 applies to this solicitation (attached). When proposal is provided, please carefully read FAR 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requirements (FEB 2009) and provide written confirmation if you meet all criteria. Proposals must be submitted in PDF form or MS Word/Excel 2003 compatible files to Purchasing Agent Jo Scott at scott.jo@dol.gov by Thursday, May 3, 2012 at 11:00 a.m. EST. Pricing must be sent as a separate file. The font size should be at least a 10 point. NOTE: No Vista or Zip files should be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/448-12MR-1067/listing.html)
 
Place of Performance
Address: 1301 Airport Road, Beaver, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02721959-W 20120415/120413235206-120d560c88560a3aa306709e3183f7ec (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.