Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2006 FBO #1717
SOLICITATION NOTICE

S -- SFO Eastern Shore Janitorial

Notice Date
8/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, VA, 23704-2199
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-07-Q-3PC001
 
Response Due
9/8/2006
 
Archive Date
9/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. HSCG27-07-Q- 3PC001 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-09. The applicable NAICS number is 561720 and the small business size standard is $14.0M. This is a Total Small Business Set Aside procurement. The FOB Destination delivery is to: USCG Sector Field Office Eastern Shore, Chincoteague, VA 23336, on or before: 10/01/06. Offers are due at: USCG ISC Portsmouth (fp), 4000 Coast Guard Blvd., Portsmouth, VA 23703-2199, by the Close of Business on 9/08/06. Questions may be directed to Master-At-Arms, telephone 757-336-2813 or Engineering Officer 757-336-2861. The USCG ISC Portsmouth has a requirement to purchase: janitorial services. DESCRIPTION: Contractor will provide all supervision and labor to clean all areas and perform all duties as specified in paragraph five (5). The Coast Guard will supply all mops, brooms, consumables and cleaning agents. Areas to be clean are located on the physical property of Sector Field Office Eastern Shore. Contractor will comply with all applicable state and federal laws. The Contractor shall be required to commence work under this contract within thirty (30) calendar days after the date Contractor receives notice to proceed, and shall be able to respond to correct any discrepancies within 24 hours. Due to the limited space available, the Contractor will only have access to cleaning lockers in the Admin and UPH buildings for minimal storage purposes, and should not leave any Contractor owned maintenance equipment on the property. The cleaning lockers shall be kept in a clean and orderly fashion. The following will be provided to the Contractor free of charge, provided the Contractor?s personnel use such facilities responsibly. Electrical power and water are available on the site. The Contractor will be permitted to utilize these utilities in performing the work. The Contractor is responsible for installing and removing all connections to existing systems and shall ensure work and materials are in accordance with local codes. The use of the electricity shall be limited to tools that can be operated on 60 Hertz, single phase, 20 ampere, and 120-volt circuits. Telephone services will not be available for use by the Contractor. Contract personnel may use the sanitary facilities located anywhere at SFO Eastern Shore with the exception of the facilities located on the second floor of the UPH building. CONTRACTOR WORK SCHEDULE: (a) WORK DAYS: Contractor or contractor?s representatives shall be on site to perform duties Monday, Wednesday and Friday except Federal holidays; (b) WORK HOURS: Contractor or contractor?s representative will be on site each work day from 0800 to 1100 and return at 1600 until the job is completed for the day. The UPH building will be available only during the morning hours and the Admin building will be available only after 1600 to the Contractor or Contractor?s representative for cleaning. SCOPE OF WORK: (a) Items to be completed weekly in the UPH building, Monday, Wednesday, or Friday, 0800 to 1100: Sweep and mop the laundry room once a week; Sweep and mop the second deck floor once a week; Damp mop the first floor once a week; Damp mop the first and second floor stair case once a week; Dust all surfaces in locker rooms including vents, locker tops, window sills and fans. (b) Items to be completed in the UPH building on Mondays, 0800 to 1100: Vacuum all carpets in duty rooms in UPH building (room number K, F, and S); Empty trash in duty rooms in UPH building (room number K, F, and S); Clean the restrooms in duty rooms in UPH building (room number K, F, and S); Cleaning will include the following: clean toilets, sinks, showers, damp mop floors and clean mirrors. Items to be completed in the UPH building, Monday, Wednesday and Friday, 0800 to 1100: Vacuum and dust mop all tile floors and steps, which include the weight room, second deck lounge, laundry room, housing office, MAA office, training room and recreation deck; Empty trash in all common spaces, which includes the weight room, second deck lounge, laundry room, housing office, MAA office, training room, and recreation deck; Vacuum all UPH common spaces, which includes the recreation deck, second deck hallway, training room, second deck lounge, weight room, MAA office, housing office and floor mats at the entrances; Clean toilets and urinals, sinks, mirrors; damp mop tile, empty trash, and restock all paper product (provided by SFO) in all restrooms; Clean shower stalls and vacuum carpet in all locker rooms; Clean all glasswork at each entrance, including entrance at hallways in UPH first and second floor and galley; Clean all glasswork in recreation deck, housing office, MAA office, weight room including mirror, and UPH second floor lounge. (d) Items to be completed in the Admin building Monday, Wednesday, and Friday, after1600: Vacuum and empty trash in supply, admin, and medical offices; Vacuum, dust, and empty trash in Commanding Officer?s, Executive Officer?s, Operations Officer?s and Chief?s offices; Mop tile at each entrance and at the medical entrance; Clean toilets, sinks, mirrors, empty trash, dust surfaces, vents, mop floors and restock all paper products (provided by SFO) in all restrooms; Clean all glasswork at each entrance. (e) Items to be performed quarterly after 1600 Monday-Friday or anytime on weekends in Admin and UPH building. 7 days prior notice must be given to SFO MAA: Steam and shampoo carpets throughout the SFO to include; In the UPH building: second floor hallway, recreation deck, housing office, MAA office; In the Engineering building: Engineering office; In the Admin building: Admin, Supply, and Command staff offices and hallways; Wipe down all walls and dust all horizontal surfaces in all UPH common areas, which includes the weight room, second deck lounge, recreation deck, training room, MAA office, Housing office, and second deck hallway; Strip and wax galley eating area, storage area, food preparation area, and bathrooms; Wipe down exercise and weight equipment, vertical surfaces, and vacuum floor. (f) Fixture cleaning summary: Total number of sinks ? 9; Total number of toilets ? 8; Total number of showers ? 8; Total number of urinals ? 2. Quote each option year separately. Base year (10/1/006-9/30/07); Option Year 1 (10/1/07-9/30/08); Option Year 2 (10/1/08-9/30/09); Option Year 3 (10/1/09-9/30/10); Option Year 4 (10/1/10-9/30/11). Dept of Labor Wage Determination 94-2095 and its successors apply. Company?s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JULY 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999) is not incorporated. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004); there are no} addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C 644); 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C 637(d) (2) and (3); 52.222-3, Convict labor (June 2003) (E.O. 11755); 52.222-19, Chld Labor ? Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (29 U.S.C. 793); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 U.S.C. 4212); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332); 52.222-41, Service Contract Act of 1965, Amended (May 1989) (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalen Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq); 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Place of Performance
Address: USCG SFO Eastern Shore, 3823 Maint St., Chincoteague, VA
Zip Code: 23336
Country: UNITED STATES
 
Record
SN01108015-W 20060809/060807220253 (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.