SOLICITATION NOTICE
S -- One Time Barracks Cleaning- Camp Edwards, MA
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
- ZIP Code
- 01757-3604
- Solicitation Number
- W912SV-12-T-0038
- Response Due
- 8/23/2012
- Archive Date
- 10/22/2012
- Point of Contact
- Margaret Leslie Sullivan, 508-233-6670
- E-Mail Address
-
USPFO for Massachusetts
(margaret.l.sullivan@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This is a Combined Synopsis/Solicitation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and this solicitation is being issued as a Request for Quote (RFQ). This procurement is a small business set aside. The NAICS code is 561720 Janitorial Services with a size standard of $16.5 million dollars. The following commercial services are being requested I this solicitation as detailed in the Statement of Work (SOW). All quotes should be based on minimum requirements listed in the SOW. This solicitation will close Thursday, August 23, 2012, 1200pm (Noon) EST. Questions must be received in writing NLT Monday, August 20, 2012, 1600 (4pm) EST. Questions & Answers will be posted NLT Tuesday, August 21, 2012, 1600 (4pm) EST. SUBMISSION REQUIREMENTS The offerors proposals must include both technical proposal and price proposal based on minimum SOW requirements. Selection will be made based on the offerors ability to meet minimum requirements and best price. Statement of Work Camp Edwards requests a contractor to perform a ONE TIME cleaning of 8 barracks. One (1) barracks to be completed in September, and the remaining seven (7) barracks to be cleaned on or about November/December 2012. The scope of work includes the following. BARRACK DESCRIPTION 8 Barracks facility, 3 floors per barracks. 22 rooms on the 1st floor, 25 rooms on the 2nd and 3rd floors. Each floor consists of 2 showers rooms and 2 sink and toilet rooms. Each floor has a dayroom Each barrack has 1 laundry room FLOORS: Machine scrub, Semi strip (bring back to a glossy finish) and apply finish to all hallways, common areas and bedrooms. There is NO carpet in any of the barracks. CLEANING OF THE BARRACKS: Vacuum all cabinets, wipe all sills, wipe down contents, beds, dressers, wipe down mattresses with disenfectant. Spot clean all walls, cove moldings, doors and door casings. Clean and sanitize all 12 restrooms and shower rooms completely. Stairwells (special rubber material): are to be stripped, scrubbed and refinished with a Non-slip wax. Windows: only need to be cleaned on the inside. No screens will need to be taken out. there are (3) windows per bedroom and there are 72 bedrooms per barracks, and (9) windows in each day room and there are 3 dayrooms per barracks. (est. 243 windows per barracks). Additional Information: Approximate total square footage is 201,000 sq ft ( 25,122 sq ft per barracks x 8) The Government does NOT have a supply usage of any materials for this solicitation and will NOT be providing any office space or storage space. INSTRUCTIONS TO OFFERORS Please submit quotes in writing on letter head with tax ID#, CCR (Cage code), dated with a point of contact. Please provide a firm-fixed price quote for the cost for each barrack and a total cost. Please submit three references, contract totals, and date of completion. Be sure to open all documents in "Additional Documents" at the bottom of the solicitation on Fedbizops. All proposals must be submitted in writing to: Margaret Sullivan USPFO P & C Office 50 Maple Street Milford, MA 01757 OR via email to: Margaret.l.sullivan@us.army.mil All proposals must be submitted and received no later than August 23, 2012, 1200 pm (noon) EST. **CCR is no longer a working government web page. The SAM web page has replaced CCR. This is still a requirement for Government contracts. Please see SAM https://www.sam.gov/portal/public/SAM/ for further instructions. End the Statement of Work _____________________________________________________________________________ The Government intends to evaluate proposals and make awards(s) without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer, request for such information doesn't constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provision can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. 1) FAR 52.204-7 - Central Contractor Registration 2) FAR 52.201-1 - Instructions to Offerors--Commercial Items 3) FAR 52.212-2 - Evaluation--Commercial Items 4) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I 5) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items 6) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: a. FAR 52.222-3 - Convict Labor b. FAR 52.222-21 - Prohibition of Segregated Facilities c. FAR 52.222-26 - Equal Opportunity d. FAR 52.222-36 - Affirmative Action for Workers with Disabilities e. FAR 52.222-41 Service Contract Act of 1965 f. FAR 52.222-50 - Combating Trafficking in Persons g. FAR 52.223-2 - Affirmative Procurement of Biobased Products Under Service and Construction Contracts. h. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving i. FAR 52.225-13 - Restrictions on Certain Foreign Purchases j. FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration k. FAR 52.232-36 - Payment by Third Party l. FAR 52.233-3 - Protest After Award m. FAR 52.233-4 - Applicable Law for Breach of Contract Claim n. FAR 52.237-1 - Site Visit o. FAR 52.237-2 - Protection of Government Buildings, Equipment and Vegetation 7) FAR 52.219-6 - Notice of Total Small Business Set-Aside 8) FAR 52.252-2 - Clauses Incorporated by Reference 9) DFARS 252.203-7000 Requirements relating to Compensation of Former DoD Officials 10) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 11)DFARS 252.204-7004 Central Contractor Registration, Alternate A 12)DFARS 252.209.7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 13)DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Alternate III 14) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 15) 252.232-7010 Levies on Contract Payments 16) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel FAR 52.222-42 Statement of Equivalent Rates for Federal Hires ** see attachment Wage Determinations ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offer may obtain information on registration at www.ccr.gov. Also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-12-T-0038/listing.html)
- Place of Performance
- Address: Camp Edwards Beaman Street Buzzards Bay MA
- Zip Code: 02542
- Zip Code: 02542
- Record
- SN02844610-W 20120819/120817235702-5d6d41649ee796f68bec51b720ea2929 (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 |