MODIFICATION
S -- JANITORIAL
- Notice Date
- 11/21/2007
- Notice Type
- Modification
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
- ZIP Code
- 55403
- Solicitation Number
- 146524
- Response Due
- 12/5/2007
- Archive Date
- 12/20/2007
- Point of Contact
- Joanne Mann, Purchasing Agent, Phone 612-336-3224, Fax 612-370-2136
- E-Mail Address
-
Joanne.Mann@usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- THE PURPOSE OF THIS AMENDMENT IS TO CORRECT THE PHONE NUMBER FOR THE ONSITE VISIT: 540 361 1121. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. The USDA, Agriculture Marketing Service, AMS, Fruit and Vegetable, Fredericksburg, VA, intends to procure janitorial services for the period beginning January 1, 2008 through September 30, 2008, base year, and up to two option years. Submit faxed quotations to Purchasing Section at 612 370 2136, Attention Joanne Mann. Award will be firm fixed price. Small business set-aside for NAICS 561720, business size $15 million. QUOTATIONS ARE DUE DECEMBER 5, 2007, BY 10:00 A.M. local time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 01-25. Applicable FAR clauses are incorporated by reference: Instructions to Offerors-Commercial Items 52.212-1; Evaluation-Commercial Items 52.212-2; Offeror Representations and Certifications 52.212-3; Contract Terms and Conditions-Commercial Items 52.212-4; Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5; Prohibition of Segregated Facilities 52.222-21; Equal Opportunity 52.222-26; Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Disabilities 52.222-36; Employment Report on Special Disable Veterans, Veterans of Vietnam Era, and Other Eligible Veterans 52.22-37; Service Contract Act of 1965, as amended 52.222-41; The Department of Labor Wage Determination 2005-2103, REV 4, July 5, 2007 applies to this requirement. Statement of Equivalent Rates for Federal Hires 52.222-42; Restrictions on Certain Foreign Purchases 52.225-13; 52.204-9 Personal Identity Verification of Contractor Personnel; Installment Payments on Commercial Items 52.232-30; Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-33. In accordance with 52.204-7, Central Contractor Registration (CCR), all contractors must be registered with the CCR. The above clauses may be viewed on the website: www.arnet.gov/far. SELECTION OF CLEANING AND PAPER PRODUCTS: The Contractor shall ensure that all cleaning solutions shall be used in strict conformance with the product's Environmental Protection Agency (EPA) and state requirements. All manufacturers' instructions and recommendations for the use of cleaning solutions shall be strictly followed. In addition, the contractor shall comply with all federal, state, or local laws and regulations concerning the use, storage, and disposal of hazardous materials. The contractor shall minimize the use of harsh chemicals and the release of irritating fumes. The following evaluation process is used in accordance with 52.212-2 Past performance and price, trade off process, best value for the Government. Price is approximately equal to past performance in importance. References are requested, see 52.212-1 (10) ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers shall include 52.212-3 Representations and Certifications; online registration at https://orca.bpn.gov is acceptable. ALL OFFERS MUST CONTAIN: Company Name____, Company Address ____, Contact Person ____, Telephone number ____, Tax Payer Identification Number ___, DUNS number ____and business size. PRICING SHALL BE PER MONTH $ ________ BASE YEAR; Total for Base Year $ ______________; OPTION YEAR 1 AT $ ____________ PER MONTH; Total for Option Year One $ _____________; OPTION YEAR 2 AT $ ______________PER MONTH; Total for Option Year 2 $ _________. SPECIFICATIONS: Provide janitorial service five days per week, Monday through Friday during normal business hours at 100 Riverside Parkway, Fredericksburg, VA THREE AREAS: Training and Development Center: RED AREA, 17,000 square feet, 5 days per week. Service Center: BROWN AREA, 7,980 square feet, 3 days per week Processed Products Branch: BLUE AREA, 2,500 square feet, once per month, except for three times per year when daily cleaning will be required for three days in duration. ROUTINE CLEANING: Empty all trash receptacles, to include large trash receptacles located in break room and grading lab and outside receptacles to include one at main entrance, two at the student entrance and two on back patio, and clean ashtrays; Sweep entrances, lobbies and corridors; Clean sinks and countertops in break room, and drinking fountain; Replenish all restroom supplies; Thoroughly clean, disinfect and polish basins and counters; Clean and polish mirrors, chrome fixtures and ceramic tile; Clean and disinfect toilet seats and bowls inside and outside; Sweep and mop floors with a disinfectant; Empty and clean all trash receptacles; Empty all large trash receptacles collecting food remnants from break room, RED AREA; Dust horizontal surfaces which are readily available and visibly require dusting; Vacuum all carpeting; Wet clean all tables and horizontal surfaces in classroom, if visibly required, RED AREA. WEEKLY: Damp mop and spray buff all resilient floors in restrooms, health unit, entrances, lobby and hallways; clean all glass surfaces including glass doors at all entrances; clean grading tables and mop floor in grading lab, RED AREA. MONTHLY: Thoroughly dust furniture; thoroughly sweep/vacuum all floors. Spot clean walls and carpets; Sweep and mop back dock and cooler, sweep back patio area, RED AREA; Damp mop computer lab floor and dust all horizontal surfaces with consideration to static; Vacuum and dust upstairs area, no furniture in this area. TWICE YEARLY: Strip and buff resilient floors; steam clean carpets. Contractor shall provide all labor, supervision, materials and supplies for this janitorial service. FOR AN APPOINTMENT FOR AN ON-SITE VISIT PLEASE CONTACT Carl Newell, phone number 540 361 1121 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-NOV-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/APHIS/Purchasing/146524/listing.html)
- Place of Performance
- Address: 100 RIVERSIDE PARKWAY FREDRICKSBURG VA
- Zip Code: 22406
- Country: UNITED STATES
- Zip Code: 22406
- Record
- SN01457278-F 20071123/071121225513 (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 |