Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2007 FBO #1992
SOLICITATION NOTICE

S -- Janitoral Services

Notice Date
5/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Farm Service Agency, USDA, FSA, KCAO, ASD, P. O. Box 419205, Kansas City, MO, 64141-6205, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-645S-S-07-0009
 
Response Due
5/22/2007
 
Archive Date
6/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) Solicitation number AG-645S-S-07-0009 is issued as a request for quotation (RFQ). Contractor must be able to pass a background check. (iii) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The full text of a solicitation provision may be accessed electronically at this address: http://www.acquisition.gov/far/index.html. (iv)This acquisition is set-aside 100% for small business participation. The applicable North American Industry Classification System (NAICS) code for this acquisition is 561720. The small business size standard is $15.0 Million. (v) The purchase order will be a firm fixed price and include a base year and four one-year options. Line items are as follows: 0001. Base Year: June 1, 2007 through May 31, 2008 (12 months). 0002. Option Year One: June 1, 2008 through May 31, 2009 (12 months) 0003 Option Year Two: June 1, 2009 through May 31, 2010 (12 months) 0004 Option Year Three: June 1 2010 through May 31, 2011 (12 months) 0005 Option Year Four: June 1, 2011 through May 31, 2012. (vi) The description of requirements for the items is as follows: The Contractor shall provide all labor, materials, equipment, transportation, supervision and disposal necessary to conduct cleaning of the Opelousas County USDA Service Center in Opelousas, LA. The work includes: Daily (1) Empty trash receptacles and clean outside ashtrays. (2) Sweep or vacuum entrances, lobbies, and corridors. (3) Spot sweep floors, Spot clean carpet stains, spot vacuum carpets. (4) Clean drinking fountains. (5) Sweep and damp mop or scrub toilet rooms. (6) Clean all toilet fixtures and replenish toilet supplies. (7) Dispose of all trash and garbage generated in or about the building. (8) Wash inside and out or steam clean cans used for collection of food remnants from snack-bars and vending machines. (9) Dust horizontal surfaces that are readily available and visibly require dusting. (10) Spray buff resilient floors in main corridors, entrances, and lobbies. (11) Remove carpet stains. (12) Police sidewalks, parking areas and driveways. (13) Sweep loading dock areas and platforms. (14) Three times a week: Sweep or vacuum stairs, if applicable. Weekly: 91) Completely vacuum all carpet areas, clean behind furniture and equipment in computer and storage rooms. (2) Damp mop and spray buff all resilient floors in vending areas, toilets, and health units. (3) Sweep sidewalks, parking areas, and driveways (weather permitting). Every Two Weeks: (1) Spray buff resilient floors in secondary corridors, entrance, and lobbies. (2) Damp mop and spray buff hard and resilient floors in office space. Monthly: (1) Thoroughly dust furniture. (2) Completely clean and/or vacuum carpets. Sweep storage space and computer rooms. (3) Spot clean all wall surfaces within 70 (178CM) of the floor. Every two months: (1) Damp wipe toilet wastepaper receptacles, stall partitions, doors, window sills, and frames. (2) Clean entrance and elevator carpets. Every four months: (1) Dust wall surfaces within 70(178CM) of the floor, vertical surfaces and undersurfaces. Clean metal and marble surfaces in lobbies. Wet mop or scrub garages. Every six months: (1) Wash all interior and exterior windows and other glass surfaces. Strip and apply four coats of finish to resilient floors in toilets. (2) Strip and refinish or spot clean carpet in main corridors and other heavy traffic areas. Annually: (1) Wash all Venetian blinds and dust 6 months from washing, vacuum or dust all surfaces in the building within 70? (178CM) of the floor, including light fixtures. (2) Vacuum all drapes in place. (3) Strip and refinish floors in offices and secondary lobbies and corridors. (4) Clean carpets in corridors and lobbies. (5) Clean balconies, ledges, courts, areaways, and flat roofs. Every two years: (1) Clean carpets in all offices and other non-public areas. Every five years: (1) Dry clean or wash (as appropriate) all drapes. As required: (1) Provide initial supply, installation, and replacement of light bulbs and tubes. Exterminate pests. (vii) The provision at 52.212-1 Instructions to Offerors-Commercial, applies to this acquisition. (viii) The provision at 52-212-2, Evaluation-Commercial Items, applies to this acquisition. The following text is added to Paragraph (a) of the clause: (a) The Government will award a contract resulting from resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Licensing and Bonding: The offeror shall provide proof of licensing and bonding (2) Past Performance: The offeror shall furnish the name of three references, indicating contracts of similar magnitude and nature within the last three years. References shall include a point of contact name and telephone number. The Government will evaluate the offerors past experience for quality, response and service as reported by references furnished by the offeror. (3) Price: An offerors price will be evaluated for price reasonableness and realism; to determine if an offeror?s proposed price is realistic for the work to be performed and if it reflects a clear understanding by the offeror of the RFQ requirements. All evaluation factors other than cost or price, when combined, are more important than price. (ix) The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this solicitation. The contractor shall return a completed copy of these provisions with the quote. (x) The clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. (b) The contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52-219-6, Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.22-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-36 Payment by Third Party; (c) The contractor shall comply with the FAR clauses in this paragraph 9 (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in the RFQ by reference to implement provisions of law or Executive orders applicable to acquisition of commercial items: 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act. (xii) Service Wage Determination Number 05-2231 REV 02 is applicable to this acquisition. (xiii) The following additional clauses apply: 52.217-5 Evaluation of options; 52.217-8 Option to Extend Services; 52.217-9 Option to extend the Term of the Contract; 52.204-9 Personal Identity Verification of Contractor Personnel; 452.204-71 Personal Identity Verification of Contractor Employees. (xiv) Quotations are due May 22, 2007 at 4:00 PM CDT, faxed to the USDA Farm Service Agency, Attention: Linda Worthington at (816) 823-4248 or E-Mail to linda.worthington@kcc.usda.gov. (xv) The Government Point of Contact is Linda Worthington who may be reached by email at linda.worthington@kcc.usda.gov, or by phone at (816) 926-6216. Any amendments to this solicitation will be published in the same manner as the initial synopsis and solicitation. (xvi)Please call 816-926-6216 to receive copy of the RFQ, Wage Determination and Statement of Work.
 
Place of Performance
Address: Opelousas Service Center, 111 N. Main Street, Opelousas, LA
Zip Code: 70570-6254
Country: UNITED STATES
 
Record
SN01290440-W 20070511/070509220435 (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.