Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2002 FBO #0236
SOLICITATION NOTICE

S -- Toilet Cleaning @ Recreation Sites on the Inyo National Forest

Notice Date
7/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Eldorado N.F., 100 Forni Road, Placerville, CA, 95667
 
ZIP Code
95667
 
Solicitation Number
RFQ-IBET-03-02-149
 
Response Due
7/29/2002
 
Point of Contact
Michiko Tanizaki, Contracting Officer, Phone 530-573-2638, Fax 530-621-5258, - Carrol Jagger, Procurement Assistant, Phone 530 621-5232, Fax 530 621-5258,
 
E-Mail Address
mtanizaki@fs.fed.us, cjagger@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
TOILET CLEANING OF VARIOUS RECREATION SITES ON THE INYO NATIONAL FOREST. RESPONSES ARE DUE ON JULY 29, 2002 BY CLOSE OF BUSINESS (4:30 PM). THE CONTRACTING OFFICER'S REPRESENTATIVE (COR) IS LARRY LLAMAS, 760-873-2523. THE COR IS THE CONTACT FOR TECHNICAL QUESTIONS. This is a combined synopsis/solicitation under the FAR, Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through FAC 07. This is a small business set-aside solicitation. The NAICS is 561720 with a size classification of $14.0 million. The schedule of items is enclosed as a separate document for clarity. There are 3 Items for each performance period, with a base period and 2 option periods. Maps are available upon request from the issuing office. 1 GENERAL SPECIFICATIONS 1.1 This contract provides for custodial services - toilet cleaning to be performed on sanitation facilities located on the Inyo National Forest. Except as otherwise specified under 1.2 and 1.4. The Contractor shall furnish the necessary personnel, supplies and transportation to perform the services and insure that the designated areas present a clean, healthy, orderly and well-kept appearance. The Contractor shall furnish a work schedule to show approximately what time of day each of the recreation areas/parking lots would be cleaned. The work schedule shall be given to the Contracting Officer Representative. 1.2 - Description and Area Location Map 1 shows location of toilet units in Bishop Creek. Map 3 shows location of toilet units in Rock Creek. Map 2 shows location of toilet units in Big Pine Creek. Map 4 shows location of toilet units in McGee Creek. 1.3 - Supplies and Equipment Items furnished by the Contractor will include, but are not limited to the following: (a) Vehicle large enough to carry supplies, equipment and adequate supply of water. (b) Brooms (c) Mops - string type (d) Sponges (e) Rags (f) Buckets (g) Bleach (h) Cleanser (with bleach) (i) Detergent/disinfectant (j) Toilet brushes (k) Plastic trash can liners (l) 50 gal. water tank, pressure washer, and chemco chemical (ITEM 03D&E). 1.4 - Cleaning Services (a) Cleaning toilets - stainless steel or plastic toilet riser interiors shall be cleaned with a toilet brush and appropriate cleanser. Toilet exteriors shall be cleaned with a toilet brush and appropriate cleanser. Toilet exteriors shall be cleaned using a detergent/disinfectant /odor eliminator. Excess solution and cleanser residue shall be wiped dry from seats and risers. (b) Cleaning Walls - All interior and exterior walls shall be wiped clean of dirt, debris and writings Spider webs and debris on ceilings and porch roof beams shall be removed whenever present. (c) Cleaning floors - All floors and entry walk shall be kept clean of dirt, debris, writing stains, and heel marks. This will require sweeping and mopping the floors with a clean chemical solution of disinfectant and bleach. The debris obtained from he floor shall be deposited in a trash container or hauled off by the Contractor. Excess water/solution shall be removed from floors and exterior entry walk. (d) Cleaning Doors - Doors shall be cleaned inside and out, of any dirt derris, or writing. Doors shall not be propped open with rocks. Metal door stops with rubber tips or other approved devices may be used (e) Trash Containers - Trash from the plastic bags inside the trash containers located inside the toilet room shall be emptied every service day and disposed of either by putting it in the metal trash containers located in the parking lot or the recreation area or by hauling it off. Plastic bags shall be replaced every service day. Trash can plastic bags located outside toilet room shall be emptied every service day and disposed in a Forest Service bin. Refer to ITEM 01A and 01E ONLY. (f) Toilet Paper - Check all toilet paper holders every service day to insure that each roller has at least 1/4 roll on it and will move freely. No extra toilet paper rolls shall be left. All glued ends of new toilet paper rolls shall be loosened prior to installing in dispensers. Leave no loose ends showing from top of dispenser. 1.5 Pick up around Buildings All trash and debris within a radius of ten feet of the toilet unit shall be picked up and deposited in the metal trash container located in the parking lot/recreation area or hauled off by the contractor. Trash and debris includes, but is not limited to, bottles paper bags, bottle caps, or tabs, or other foreign matter in excess of one inch in diameter. 1.6 Notification of Damage to Toilet Units The contractor shall notify the Contracting Officer Representative of any leaks, damage or breakage to any of the units being serviced. Notification shall be given as soon as possible and in no cases longer than 12 hours after discovery so that repair arrangements can be made. If damage poses a hazardous or unsafe condition, the Contractor shall lock the unit. 1.7 Hours of Work The Contractor shall not start work before 7 A.M. nor work later than 4 P.M. 1.8 Contractor's Vehicle The Contractor's vehicle shall be pulled off the road enough to allow traffic to pass. Contractor shall use. Parking spurs shall not be used by the contractor nor his equipment. Maximum speed limit in parking lots/recreation areas is TEN (10) miles per hour and is to be observed by the Contractor and his employees. 1.9 Conduct of Personnel The Contractor and his employees shall make every reasonable effort to prevent interference with the normal use and occupancy of parking lots/recreation areas while engaged in the performance of the contract. Due to the nature of the duties under the contract, the Contractor and his employees will be expected to keep themselves and equipment presentable at all times. The Contracting Officer may, in writing require the Contractor to remove from the work any employee the Contracting Officer deems incompetent, careless, and otherwise objectionable or for theft, possession and or removal of materials, supplies, equipment or any Government-owned property. 2. Service Contract Act Wage Determination The following wage determination will apply for this solicitation:Mono County-Wage Determination # 94-2333, Revision 20 for Janitor is: $8.48 with $2.15 fringe. Inyo County-Wage Determination # 94-2073, Revision 18 for Janitor is: $9.54 with $2.15 fringe. NOTE: The classifications listed above are the classifications of workers that are anticipated to be used for this particular project. If in preparing the bid or during the course of the contract there is need for labor classifications other than those listed above, contact the issuing office 3. CONTRACT CLAUSES In accordance with the Federal Acquisition Regulations (FAR), the following clauses are incorporated by reference: FAR.212-1 Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.212-2 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2002); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002); and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2002)with the additional FAR clauses stated at the following paragraphs within 52.212-5 applying (a)(b)(5)(7)(11)(12)(13)(14)(15)(16)(19)(25)(c)(1)(2)(3). The full text of all the above referenced clauses or provisions may be accessed electronically at www.arnet.gov/far/ Go to Part 52 of the FAR. Additionally, the following clauses are included in the solicitation: 52.214-22 Evaluation of Bids for Multiple Awards. (Mar 1990) In addition to other factors, bids will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract is from August 2002 through October 31, 2002. 52.222-43 Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (MAY 1989) 52.216-27 Single or Multiple Awards (OCT 1995) 52.217-5 Evaluation of Options (JUL 1990) 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 _30 days prior to the end of the current contract period. 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 60 days prior to the beginning date of the new option period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _____ days [60 days unless a different number of days is inserted] 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. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _2 years, 5 months__________ (months)(years). 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, 2002_______. 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, 2002, 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. 4. SOLICITATION PROVISIONS FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) (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________ equipment availability__ Technical and past performance, when combined, 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. 5. How to Submit Quote: A fax quote is acceptable: The fax number is 530-621-5258. Complete and submit Clause 52.212-3 Offeror Representations and Certifications - Commercial Items. In addition, provide enough information to allow ta determination as to whether the quoter meets the evaluation criteria referenced in Clause 52.212-2 Evaluation - Commercial Items.
 
Place of Performance
Address: Inyo National Forest, Inyo and Mono Counties
 
Record
SN00124116-W 20020726/020724213154 (fbodaily.com)
 
Source
FedBizOpps.gov 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.