SOLICITATION NOTICE
S -- Missoula Interagency Dispatch Center, Lolo N. F. Janitorial Services - Missoula Interagency Dispatch Center Janitorial Services attachments
- Notice Date
- 6/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
- ZIP Code
- 59804
- Solicitation Number
- AG-03R6-S-11-0040
- Archive Date
- 6/29/2011
- Point of Contact
- Martha Bowland, Phone: 4063637128, Keeley Ann Braach, Phone: (406) 329-3993
- E-Mail Address
-
mbowland@fs.fed.us, kbraach@fs.fed.us
(mbowland@fs.fed.us, kbraach@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Standard Form 1449 Schedule of Items Terms and Conditions to Implement Executive Orders Wage Determination No. WD 05-2318, (Rev.-11) Dated 06/22/2010 Experience Questionnaire form Deduction for Work Not Performed attachment This is a combined synopsis/solicitation for commercial items prepared in accordancee with the format in FAR Subpart 12.3, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. AG-03R6-S-11-0040 is issued for quotation (RFQ) as a performance based service contract for janitorial services for the Missoula Interagency Dispatch Center of the Lolo National Forest. This solicitation document, and incorporated provisions and clauses, are those in effect through Federal Acquisition Circular 2005-51. This acquisition is a total Small Business Set-aside and the NAICS code associated with this acquisition is 561720; small business size standard is 16.5 million. SCHEDULE OF ITEMS see attachment labeled "Schedule of Items" GENERAL CONTRACT SPECIFICATIONS PERFORMANCE BASED SERVICE CONTRACT The work is being solicited as a performance based service contract. Performance based means the Contractor is responsible for an end product. If an end product is not provided in compliance with the contract specifications, an adjustment to the payment will be made. A Commercial Item contract streamlines the terms and conditions to resemble those already used in the everyday marketplace. BASIS OF AWARD B - NOTE 1:The quoter must quote on all items for offer/quote to be evaluated. Only quotes to the nearest cent will be accepted. B - NOTE 2: Evaluation Factors: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will provide the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers (FAR 13.106-1 (2) Past Performance in Janitorial Servicing Price Quality Control Plan Applicable experience One award will be made. The Experience Questionnaire will be used as part of this evaluation. See attachment " Experience Questionnaire" for the form. B - NOTE 3: Only mailed or hand delivered offers/quotes received at the location listed in Block 15 of Form 1449 by date and time required in Block 8 of Form 1449 will be accepted for evaluation. See attachment "Standard Form 1449" for important information related to NOTE - 3. SUMMARY OF WORK LOCATION: This work is located at the Missoula Interagency Dispatch Center (MIDC), in Missoula, MT. The MIDC is located 1801 Strand Ave, in Missoula, Montana. PERFORMANCE BASED SERVICE CONTRACT This work is being solicited as a performance based service contract. Performance based means the Contractor is responsible for an end product. If an end product is not provided in compliance with the contract specifications, an adjustment to the payment will be made. SITE VISIT A site visit is scheduled for this project on Thursday, June 9 at 10:00 AM. For further information, please contact Dave Emery at MIDC (406) 829-7041. DESCRIPTIONOF WORK This contract is for janitorial services for the Missoula Interagency Dispatch Center of the Lolo National Forest. Contractor shall furnish all management, labor, equipment, supervision, supplies (except those designated as Government-furnished), and incidentals to perform all work necessary to clean and maintain the buildings in a manner that will maintain a satisfactory condition and present a clean, neat, and professional appearance. The Contractor shall be responsible for the orderliness and cleanliness in all areas used for office and storage, including the kitchenette. All area shall be kept clean, neat, and fee of fire and safety hazards or unsanitary conditions, in accordance with the specifications, terms, and conditions of this contract. The Contractor shall provide a list of employees authorized to work under this contract. The list shall be submitted prior to employees working on the facilities. PLACE OF PERFORMANCE The Missoula Interagency Dispatch Center is located 1801 Strand Ave, in Missoula, Montana. Main Building: Janitorial services are required for this single story administrative office building. The Administrative Office floor area consists of approximately 3,610 square feet which is divided into 6 office/rooms, desks with dividers, 2 restrooms, hall, entryways, and kitchenette. Floors in the rooms, hall, kitchenette and entryways are carpeted. Restrooms have linoleum floors. Recycling: Recycling shall be collected from existing MIDC collection bins and taken to the local recycling center on a bi-monthly schedule. Note: ‘recyclables' are defined as aluminum cans, plastic (bottles, cups), cardboard, newspaper, and paper. Recyclables are deposited and collected in plastic tubs located in the lunch area. This line item may not be exercised in any given year. SUPERVISION, SECURITY, AND QUALIFICATIONS Contractor and his employees shall be capable of performing janitorial work. The Contracting Officer may require dismissal from the work of employees whom they deem incompetent, insubordinate or otherwise objectionable, or whose continued employment they deem contrary to the public interest. The Contractor shall provide adequate supervision of crew to prevent employees from disturbing papers on desks, opening drawers or cabinets, using telephones, or computers provided for official Government use. The Contractor or employees shall not bring children to the premises while the work is being performed. The Contractor must provide security comparable to the type of protection given by commercial or business enterprises to prevent illegal entry into or loitering on the premises; to prevent loss by pilferage or theft; and to admit to the space during off-duty hours only those who are authorized to enter. The use of Government property or services such as telephones, calculators, computers, office supplies, etc. for other than official Government business is strictly prohibited. The Contractor shall provide a list of employees authorized to work under this contract. The list shall be submitted prior to employees working on the facilities. MAINTENANCE PROBLEMS: The Contractor shall notify the Contracting Officer immediately of any building or grounds maintenance problems such as slow or clogged drains, broken pipes, locks or doors that do not close properly. Notification shall be done by phone and/or written notice depending on the urgency of the problem. GOVERNMENT-FURNISHED PROPERTY The Government will deliver to the Contractor the following listed materials in accordance with the Government Furnished Property Clause FAR 52-245-4: (1) All restroom supplies (toilet paper, paper towels, and hand soap), light bulbs and utilities will be provided. (2) Keys to the buildings. (3) Dumpsters for refuse removal. (4) Recycle Bins (5) Storage space for Contractor-furnished cleaning supplies and equipment. (6) Utilities and water necessary to complete the work. NOTE: The Contractor shall notify the Government when government-furnished supplies are low. Government requires a two week advance notice in order to allow time for ordering and receipt of necessary supplies. Supplies listed above are the responsibility of the Government to order, not the contractors. Janitorial equipment shall be commercial size and type customarily used by the janitorial profession and capable of handling sand and gravel brought in by boots. Equipment designed for home use will not meet these specifications. CONTRACTOR-FURNISHED PROPERTY The Contractor shall furnish: (1) All necessary supplies and materials (including cleaning supplies, wax, shampoo, spot remover, soap, plastic garbage bags) except those items specified as Government-furnished property. (2) All necessary cleaning equipment including but not limited to: scrubbing machine, floor polishing machine, and vacuum cleaner. (3) All Material Safety Data Sheets (MSDS) for all chemicals used in cleaning shall be given to the Contracting Officer's Represetative(COR). TECHNICAL SPECIFICATIONS Janitorial Services for the MIDC office building shall be performed per the following guidelines: TIME OF PERFORMANCE: October 1st to May 31st - twice per week, between the hours of 5:00 p.m. to 7:00 a.m. June 1st to September 30th - three times per week, between the hours of 5:00 p.m. to 7:00 a.m. 1) Maintain Non-carpeted Floors: All uncarpeted floors, (notably rest rooms) shall be swept, dust mopped, damp mopped, or wet mopped as needed to ensure they have a uniform, glossy appearance and are free of dirt, debris, dust, scuff marks, stains/discoloration, and residual soap. Baseboards, corners, and wall/floor edges shall also be clean. All floor maintenance and cleaning residue shall be removed from floors, baseboards, furniture, trash receptacles, etc. Chairs, trash receptacles, and other movable items shall be moved to maintain floors underneath these items. All moved items shall be returned to their original and proper position. 2) Maintain Carpeted Floors: Vacuum carpeted areas including inside doormats. After vacuuming, the carpeted area shall be free of all visible dirt, debris, litter and other foreign matter. Any spots shall be removed by carpet manufactures approved methods as soon as noticed. Carpets shall be thoroughly shampooed at least twice per year. 3) Walls and Doors: All wall surfaces, door knobs, door handles, and light switch plates shall be kept clean and free of marks. All baseboards and door frames shall be kept clean and free of marks. The window panes on each door shall be kept clean and free of streaks. 4) Dusting and Cobweb Removal: All railing, counter, ledge, display surfaces, and wall corners shall be kept clean and free of dust and cobwebs. All bookcases, desks, and filing cabinets shall be kept clean and free of dust. Items on these surfaces shall not be disturbed to facilitate cleaning. 5) Clean and Disinfect Restrooms: Completely clean and disinfect all surfaces of sinks, toilet bowls, urinals, lavatories, dispensers, plumbing fixtures, doors, walls, and other such surfaces using a germicidal detergent. Insure stall partitions are free of dust, splatters, and foreign matter. Insure that counter tops are clean and corners are free of dust and build-up. Restroom floors shall be stripped and waxed at least twice per year. 6) Kitchenette: Keep carpeted floors clean as described in #2. Clean countertops and walls. Dishes and microwaves shall be cleaned by the employees. 7) Windows: Window panes shall be washed, dried, and will have a clean, streak-free appearance, minimum twice per year. Window sills shall be kept clean and free of dust. Window blinds shall be cleaned a minimum of twice per year. Window panes shall be thoroughly cleaned at least twice per year, inside and outside. 8) Trash Disposal and Wastebasket Maintenance: All trash cans shall be emptied into the outside receptacle closest to the MIDC facility anytime trash is present. All trash can liners shall be kept free of paper, food, liquids, and unsightly materials, and all trash cans shall be left clean, free of foreign matter, and free of orders. 9) Other: All light fixtures and panels shall be cleaned so as to be free of dust, dirt, and debris at a minimum of twice per year. All vents and air intakes shall be cleaned and vacuumed so as to be free of dust, dirt, and debris at a minimum of twice per year. All entries, porches, and awnings shall be swept and kept free of dirt, cobwebs, and other debris. Outside doormats, when used, shall be kept clean and free of dirt and other debris. Drinking fountain shall be cleaned and disinfected. 10) Recycling: Recyclables shall be collected from existing collection bins and taken to a recycling center on a bi-monthly schedule. Note: "recyclables" are defined as aluminum cans, plastic (bottles, cups), cardboard/newspaper, and white paper. Recyclables are deposited and collected in plastic tubs located in the lunch area for easy access. NOTE: a. Lids on the dumpsters must be kept closed. b. Replace light bulbs when burned out as needed. CONTRACTOR DOES NOT NEED TO CLEAN ANY COMPUTER, PHONE, OR AUDIO VISUAL EQUIPMENT. GOVERNMENT QUALITY ASSURANCE Quality Assurance will be performed by the Government during the contract period. Methods may include visual survey, review of customer complaints, and review of Contractor quality control documents. Deduction for work not performed will be made as shown on attachment: " Deduction for Work Not Performed". CONTRACTOR QUALITY CONTROL The Contractor is responsible for management and quality control actions to meet the terms of this contract. The Contractor shall prepare, submit, and implement a written quality control plan (QCP) as described below. The Contractor shall ensure that the required services specified in this contract, meet the quality standards out lined in this contract and ensure that the custodial services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimun the contractor shall develop quality control producers addressing the areas identified in the performance requirements summary. The quality Control Plan shall include, but not limited to: 1. Staffing Plan: A plan which includes work schedules for the facility including daily, weekly, monthly, and periodic tasks. The Staffing Plan shall also include the Contractor's staffing levels depicting various job classifications. Individual responsibilities for oversight of the QCP and functions associated with such oversight as well as authority in dealing with Government contracts shall be identified. 2. Inspection System: An inspection system, which shall include all requirements listed in the statement of work and inspection procedures. Specify areas to be inspected, when inspections shall occur, and titles of individules performing inspections. The QCP shall identify how contractor will correct noted deficiencies immediately. Any changes to the inspection systems during the life of the contract shall be acceptable to the COR. A description of the quality control plan shall include security procedures for any Government-provided items such as keys or lock combinations, location of the documented inspections, and corrective or preventive actions taken for unsatisfactory performance. CONTRACT PERIOD AND EXERCISING OPTIONS The contract period shall extend for 10 months. However, at the option of the Government, the contract option may be exercised for additional one-year periods, not to exceed two option periods, at the same terms and conditions. The Government will notify the Contractor of its intent to exercise the option not less than thirty (30) calendar days prior to the expiration of the current contract period. PREWORK CONFERENCE Prior to commencement of work, the Contracting Officer will arrange a meeting with the Contractor to discuss the contract terms and work performance requirements. PART II - CONTRACT CLAUSES CONTRACT CLAUSES The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The clauses and provisions referenced in this solicitation can be found in full text format at https://www.acquisition.gov/far/. FAR 52.212-1 Instructions to Offerors - Commercial Items (June 2008) applies to this acquisition FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Provide references for similar work during the past three years by completing the attached USDA Forest Service Experience Questionnaire. Specifically include experience with janitorial services. Contract award will be made to the offeror offering the best value considering past performance in janitorial servicing, applicable experience, Quality Control Plan, and price (FAR 13.106-1(2). The offer must provide pricing on the base and all option years to be considered for award. In addition, offerors will include with their offer a completed copy of the FAR 52.212-3, Offer Representations and Certifications - Commercial Items. Provide copy of ORCA registration with offer. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (JUNE 2010) applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2011) See attachment labeled 'Terms and Conditions to Implement Executive Orders", and in addition to this provision are the following addenda: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html AGAR 452.211-74 (FEB 1988) The period of performance of this contract is from July 1, 2011 to April 30, 2014. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far/ and the Agriculture Acquisition Regulations may be accessed at www.usda.gov/procurement/policy/agar.html. FAR 52.237-1 Site Visit (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR 52.217-5 Evaluation of Options (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) applies to this acquisition. AGAR 452.204-71 Personal Identity Verification of Contractor Employees (MAR 2006) Alternate 1 (MAR 2006). FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 40 months. FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond March 31,2012. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond March 31, 2012, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. FAR 52.236-7 Permits and Responsibilities (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. ATTACHMENTS Service Contract Act of 1965: If this is a contract in excess of $2,500 the Act requires the Contractor to pay certain minimum wages to all service employees working under this contract. These required minimum wages are stated in the attached Register of Wage Determinations under the Service Contract Act. If no such Register is attached, the Contractor is required to pay no less than the minimum wage specified under Section 6(a)(1) of the Fair Labor Standards Act of 1938, As Amended. The following attachments are a part of this solicitation and any resulting contract (see separate document(s)). Wage Determination No. WD 05-2318, (Rev.-11) Dated 06/22/2010 Standard Form 1449 Schedule of Items Deduction for Work Not Performed Experience Questionnaire Terms & conditions to Implement Executive Orders
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-11-0040/listing.html)
- Place of Performance
- Address: 1801 Strand Ave, Missoula, Montana, 59801, United States
- Zip Code: 59801
- Zip Code: 59801
- Record
- SN02460833-W 20110603/110601234201-4b56a18231392534ca927b9d49b78c92 (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 |