Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2005 FBO #1187
SOLICITATION NOTICE

R -- Maintenance Worker

Notice Date
2/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
ACA, NRCC, Installation - Fort Lee, Directorate of Contracting, 1830 Quartermaster Road, Bldg. 7124, Fort Lee, VA 23801-1606
 
ZIP Code
23801-1606
 
Solicitation Number
W91QF5-05-T-0015
 
Response Due
3/8/2005
 
Archive Date
5/7/2005
 
Small Business Set-Aside
N/A
 
Description
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. The contractor shall provide all the labor, supervision and transportation and travel to perform temporary maintenance support services as outlined herein to support the U.S. Army Logistic s Management College (ALMC), Bldgs. 12500,12505,12504, 6246, Fort Lee, VA.The contractor shall provide one temporary employee to perform a variety of maintenance and warehouse support services. Services required are, but not limited to, the following as t asked by the Contracting Officers Representative (COR):Minor carpentry and painting tasks Repair doors, walls, windows, floors and ceiling to include plaster, particleboard and sheet rock. Remove and replace tile or window screens Minor building maintenan ce and supply maintenance functions. Replace light bulbs. Operate and utilize a forklift in the ALMC warehouse. Operate power mowers on ALMC grounds. Sweep sidewalks, throw down rock salt and remove snow from buildings. Maintain government supply of rock s alt. Operate and utilize power and mechanical trimmers and edgers. Perform and maintain grounds keeping of ALMC outside area. Perform minor plumbing repairs such as repair stopped up faucets and commodes. Coordinate any trouble tickets for COR and Directo rate of Engineering and Logistics (DEL). Load and unload commercial vehicles, which delivered supplies and equipment for ALMC. Move and rearrange ALMC office and classroom furniture. Operate a motor vehicle. Maintain, provide and/or coordinate minor mainte nance repair of equipment.The government will provide to the contractor all supplies needed to perform the services under this performance work statement. The contractor will perform all services at ALMC and ALMC warehouse by tasking from the COR.The cont ractor employee(s) shall have, at a minimum, a High School Diploma or GED, and be able to read, write and speak the English language. The contractor employee must be able to lift approximately 50 pounds and possess a valid Virginia Drivers License. The con tractor must provide a background check and drug test of all employees provided under this contract.The contractor employee(s) performing work must have the knowledge of less complex and more routine tasks of maintenance with skills to demonstrate use of h ammers, handsaws, screwdrivers, tapes, rules, hacksaws, pipe wrenches, files, tensions wrenches and tools common to each trade. Must know how to add, subtract, multiply and divide to measure materials. Must know how to caulk and seal faucets and unstop dr ains. Must possess manual skills necessary to run a lawnmower, forklift, shears, clippers and edgers and perform minor maintenance of equipment.PERIOD OF PERFORMANCE: APRIL 01 2005 TO 30 SEPTEMBER, 2005 Monday through Friday from 0730  1630 hrs with 1 ho ur for lunch. Lunch breaks may be taken between the hours of 1130 -1300 hrs and must be coordinated with the COR. Intermittent work may be required. Any work outside of the work schedule, weekend and overtime work shall be approved in advance by the Con tracting Officer and Contracting Officers Representative (COR).The contractor employee(s) must wear a contractor identification badge at all times while performing work under this contract. The badge, as a minimum, must possess the contractor name, emplo yee name and employee picture. The contractor employee(s) must identify themselves as a contractor employee while performing work for ALMC. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ W91QF5-05-T-0015. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This procurement is being issue d as unrestricted. North American Industrial Classification Standard 561320 , Size Standard, 11.5 million applies to this procurement. The following provisions and clauses apply to this acquisition: FAR 52.212-3 Offeror Representations and Certifications, 52.212-5 Contract Terms and Conditions to include statutes 52.222-41 Service Contract as amended 1989, 52.222-42 Equivalent Rates for Federal Hires. 52.228-5, 52.228-7, 52.228-8 Insurance. DFARS 252.204-7004, 252.232-7003. Award will be made to one respo nsible contractor whose response conforms to the solicitation and will be most advantageous to the Government. The Government decision will include evaluated past performance, ability to perform work and evaluated price. In evaluating past performance the Government will use the references provided by the offeror and other sources of information, including but not limited to: federal, state and local government agencies, Better Business Bureau, published media and electronic data bases. The evaluation of pa st performance will be an assessment based on a consideration of all relevant facts and circumstances. It will not be used on absolute standards of acceptable performance, but an offerors overall past performance history. The Government will seek to determ ine whether the offeror has consistently complied with the terms and conditions of contracts and the standard of quality provided under their contracts. Contractor is to submit with his offer the following on past performance: Commercial business reference s from at least 3, but not more than 5, companies with whom you maintain a business working relationship and are currently or have done business with in the most recent three (3) year period. Each reference should consist of a complete mailing address, a p oint of contact (POC), a telephone number and a fax number for the POC, a brief description of the type of relationship or contract. These business should be able to provide information on their business experiences with your company relating to (a) Histor y, (b) customer satisfaction. All quotes must be mailed to Directorate of Contracting, LaGrace Harvey, 1830 Quartermaster Rd., Fort Lee, Va. 23801-1606 or fax Attn: LaGrace Harvey 804-734-4633. Quotes are required to be received in writing no later than 12 :00 PM EST, Tuesday, March 08, 2005.
 
Place of Performance
Address: ACA, NRCC, Installation - Fort Lee Directorate of Contracting, 1830 Quartermaster Road, Bldg. 7124 Fort Lee VA
Zip Code: 23801-1606
Country: US
 
Record
SN00756856-W 20050225/050223212412 (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.