Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

S -- WINDOW CLEANING SERVICES

Notice Date
9/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ0391848
 
Archive Date
9/30/2009
 
Point of Contact
Garland Crosby, Phone: 202.324.9013
 
E-Mail Address
Garland.Crosby@ic.fbi.gov
(Garland.Crosby@ic.fbi.gov)
 
Small Business Set-Aside
HUBZone
 
Description
The Federal Bureau of Investigation (FBI) is hereby issuing this combined synopsis and solicitation, for all of the necessary labor, materials, equipment, and supervision necessary to satisfactorily clean windows at the FBI West Virginia Complex, in Clarksburg, WV. (SITE SURVEY: 09/09/2009) In accordance with FAR parts 12 and 13. This combined synopsis and solicitation is hereby issued as FBI RFQ Number 0391848 and is a Firm-Fixed Price requirement for one base year and up to four option years of service. This requirement is a Total Hubzone Set-Aside. All respondents are required to submit official U.S. Small Business Administration verification of their Hubzone status; failure to do so shall preclude offerors from award consideration. This synopsis and solicitation requests quotations for performance of the following eight part Statement of Work (SOW)/Specification: (Part 1) Furnish all necessary labor materials, equipment, and supervision necessary to satisfactorily clean inside and outside (except where otherwise noted) all exterior windows, including arched and slanted atrium areas, glass doors, transoms, and inclined glass window ventilators, if any, of the FBI WV Complex. (Part 2) After each washing operation, all glass shall be clean and free of dirt, grime, streaks, excessive moisture, and shall not be cloudy. Services performed under this contract shall be subject to inspection and approval by the Contracting Officer's Technical Representative (COTR). (Part 3) Window washing shall be so scheduled and performed as to provide the least inconvenience to the building occupants. In instances where building occupants are seriously inconvenienced, the window-washing activities shall be rescheduled at the discretion of the COTR and authorized by the Contracting Officer (CO). (Part 4) Clean all ceiling lights in the Visitors' Center, Main Building Visitor Atrium area, and Main Building Employee Atrium area. (Part 5) Perform "high dusting" of pipes and lights located inside of glass, in the Visitors' Center, Main Building Visitor Atrium area, and Main Building Employee Atrium area. (Part 6) Currently, Building #5 is partially equipped with a fixed fall protection system. This cable system allows 2 users to utilize the system and cross intermediate posts without disconnecting. The FBI shall provide the connecting device to enable the contractor to connect to the system. All other fall protection equipment shall be provided by the Contractor. The Contractor shall be responsible for all safety and must comply with the OSHA standards and ANSI regulations. The remaining portion of Building 5 and the Visitor's Center does not have installed fall protection systems or anchor points. The FBI anticipates that the fixed fall restraint system on Building 5 will be installed completely by March of 2010. (Part 7) Drippings or stains on window sills, ledges, or on wall surfaces adjacent to windows, resulting from window cleaning operations, shall be satisfactorily removed. Cleaners shall use pads to protect window sills and/or radiators when standing on or placing cleaning material on them and all such pads and cloths necessary to protect Government property shall be furnished by the Contractor. (Part 8) Before starting in any building, the Contractor shall submit to the COTR/CO a cleaning plan to be followed. This plan is not to be changed without the concurrence of the COTR/CO. As work progresses, the Contractor shall submit daily reports listing the windows washed, and the reasons that any windows were unable to be washed. All interested and eligible parties, that are willing and able to satisfy this requirement between an award date of approximately September 17th and October 23, 2009, must submit a Firm Fixed Price quote - which addresses each item described herein, by 4:00 PM on September 15, 2009. All quotes MUST include in writing, the numerical price offered for the labor, materials, supplies and overhead required to complete the entire window washing service. FBI INSPECTION: The COTR or their authorized representative will inspect the work as it progresses and each instance of unsatisfactory cleaning service [if any] shall be called to the attention of the Contractor who shall see that such deficiencies are promptly corrected. Failure on the part of the Contractor to promptly correct any unsatisfactory work, as requested, shall be sufficient grounds for declaring the Contractor in default, pursuant to the appropriate provisions of the Federal Acquisition Regulation. PERIOD OF PERFORMANCE: All windows shall be washed one time a year - May 1 through October 31. Work shall be performed between 8:00 a.m. and 5:00 p.m. EST, Monday through Friday, excluding holidays, unless approved by the COTR. CONTRACTOR RESPONSIBILITY: The Contractor is responsible for following all federal, state, and local regulations as they pertain to the Environment. All applicable Environmental Protection Agency and West Virginia Department of Environmental Protection regulations and procedures shall be followed. Upon the award of a contract, appropriate contractor individuals will be processed as directed by FBI policies and procedures. SECURITY AND ACCESS: The FBI's CJIS Division requires that access approval be granted by the FBI Security Programs Manager (SPM) to all non-FBI and contractor personnel who will have access to FBI facilities. The scope of the FBI security clearance background investigation to be conducted is determined by the level of clearance sought. Contractors should be advised that: (a) Decisions concerning granting of access to FBI assets are made on a case-by-case basis and access/clearance will be granted only where such access is clearly consistent with the mission and responsibilities of the FBI. (b) The Department of Justice (DOJ)/FBI does not permit the use of non-U.S. citizens in the performance of this contract.(c) Individuals shall have, for three (3) of the five (5) years immediately prior to working on this effort: (1) resided in the United States; (2) worked for the United States overseas in a federal or military capacity; or (3) be a dependent of a federal or military employee serving overseas.(d) Individuals with criminal histories, such as arrest records, may be denied access; illegal and/or undocumented aliens will be excluded and their identities may be referred to other cognizant law enforcement agencies for appropriate action. SITE SURVEY: A site survey will be offered to all interested parties on September 09, 2009 at 11:30AM. The address of the CJIS facility is 1000 Custer Hollow Road, Clarksburg, WV 26306. Interested parties must submit their full name, Social Security Number, Date of Birth, Place of Birth, US Citizenship by Birth (Yes or No)), Drivers License Number and Issuing State, and provide affiliated company to Mr. James Conrad Ruckser, FBI/CJIS, at facsimile number (304) 625-3634, no later than 4:00 PM on September 4, 2009. Questions resulting from this site survey must be E-Mailed to the Contracting Officer, Garland Crosby at by 3:00 PM on September 10, 2009 - answers will be sent out with 24 hours. Quotations shall be submitted on a completed and signed SF-1449 form [which can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=E331497A1FE0AE1F85256A260055A47B]. The Contractor shall submit evidence of their qualifications and experience including the names, addresses and phone numbers of at least three organization(s) in the last three years that they have performed window cleaning services for, including the window square footage, maximum height, etc., of the buildings serviced. NOTICE: For any work performed on site within the Clarksburg, WV, city limits, the Contractor shall be responsible for obtaining a City of Clarksburg, WV, business license in order to meet Business and Occupation Tax obligations.This synopsis and solicitation document along with all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The following FAR clauses are incorporated by reference and apply to this acquisition: 52.219-3 Notice of Total HUBZone Set-Aside (JAN 1999), 52.204-7 Central Contractor Registration (CCR) (APR 2008) 52.212-1 Instructions to Offerors - Commercial Items. (JUN 2008); 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2009), Each offeror shall include a completed copy of the FAR provisions at 52.212-3, Offeror Representation and Certifications (AUG 2009) with its offer. Offerors will be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Items (JAN 1999). The following factors shall be used to evaluate offers: Technical ability to meet all of the requirement criteria, The Past Performance of offeror, and The Price offered for services, all in descending order of importance. This is a 100% HUBZone Business Set-Aside. The NAICS Code is 561720. Proposals can sent via E-Mail to by 4:30 PM on September 15th, 2009 TO BE FOLLOWED UP with one original and one copy mailed to the Facilities Contracts Unit, FBI headquarters, 935 Pennsylvania Avenue NW. Washington DC 20535, Room 10254 Attn. Garland Crosby.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ0391848/listing.html)
 
Place of Performance
Address: Clarksburg, West Virginia, Clarksburg, West Virginia, 26306, United States
Zip Code: 26306
 
Record
SN01935317-W 20090903/090902003356-35994ba43ec160bda7112d1a6247cbc7 (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.