Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 04, 2014 FBO #4575
SOLICITATION NOTICE

S -- King Range Janitorial Services, Humbolt County, CA

Notice Date
6/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
BLM CA-STATE OFC BUS SVC BR (CA944)2800 COTTAGE WAY, SUITE W-1834SACRAMENTOCA95825US
 
ZIP Code
00000
 
Solicitation Number
L14PS00538
 
Response Due
6/24/2014
 
Archive Date
7/24/2014
 
Point of Contact
Rosalind A Davis
 
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. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number L14PS00538. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-73. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 561720, Janitorial Services with a Size Standard of $16.5 Million. KING RANGE PROJECT OFFICE JANITORIAL SERVICES 1.0INTRODUCTION A. DESCRIPTION OF WORK: Furnish labor, equipment, supplies and materials for weekly (weekend) janitorial maintenance of the King Range Project Office (see attached Statement of Work). B. LOCATION OF WORK: Work under this contract is to be performed at the King Range National Conservation Area Project Office, 768 Shelter Cove Road, Whitethorn, CA 95589 in Humbolt County. 2.0 BID SCHEDULE: See Bid Schedule Attachment This solicitation is "All or None" 3.0 STATEMENT OF WORK A. DESCRIPTION OF WORK Work consists of Janitorial Services at the King Range Project Office once per week after 4:30 pm Friday and before 8:00 am Monday. See Statement of Work for Specifications. B. SAFETY All work and equipment shall conform to the regulations set forth by the Department of Labor, Occupational Safety and Health Administration (OSHA). The contractor shall take all necessary precautions for the protection of the work and safety of the public. The Contracting Officer may in writing, require the Contractor to remove from the job any unsafe equipment or any employee found to be working in an unsafe manner. C. MATERIALS 1. CONTRACTOR FURNISHED MATERIALS: The Contractor shall provide all materials, supplies, equipment and tools needed to perform the required work. Green products are to be provided. D. BUILDING INFORMATION 1. Approximate Square Footage 2684 sf Conference Room 385 sf Public Room270 sf Office Areas1915 sf Storage114 sf The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52,212-2, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance and price listed in descending order of importance. Past performance will be based on the Contracting Officers knowledge, contacting provided references, and other reasonable sources. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-6; FAR 52.222-3; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-36; FAR 52.232-33); (paragraph (c) following clauses apply; FAR 52.222-41; FAR 52.222-42); FAR 52.204-7 System for Award Management; FAR 52.223-6 Drug-Free Workplace; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.237-1 Site Visit; FAR 52.242-15 Stop-Work Order. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (APRIL 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: (a) Copy of Company Generated Invoice. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 -5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ipp&,rroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP tor submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) Quotes shall be submitted electronically at https://www.fedconnect.net, by fax to 916-978-4444, email to radavis@blm.gov, or in writing on company letterhead. Quote must include the RFQ number, the company name, point of contact, address, email address, phone number, fax number, DUNS number, the unit price, the extended price, and any prompt payment discount terms. Offers are due at the following address by 5:00 p.m. PDT, June 24, 2014. Mail address is Bureau of Land Management, 2800 Cottage Way W-1623, Sacramento, CA 95825 (Attn RDavis). All questions regarding this requirement shall be directed to the contracting officer at 916-978-4523 or by email to radavis@blm.gov. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. Award will be based on BEST VALUE, price, past performance and technical factors considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/CA/L14PS00538/listing.html)
 
Record
SN03382700-W 20140604/140602234655-aa401d73a75b83bae9f0173e459ff924 (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.