Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2015 FBO #5137
SOLICITATION NOTICE

S -- Janitorial Service-RGNF Saguache Office - RFQ AG-82AK-S-16-0002

Notice Date
12/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82AK-S-16-0002
 
Archive Date
1/12/2016
 
Point of Contact
Kim A Decker, Phone: 719-852-6211
 
E-Mail Address
kdecker@fs.fed.us
(kdecker@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Labor Rates 15-5433 Solicitation Package #AG-82AK-S-16-0002 Form SF-1449 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; quotes are being requested and a written solicitation will not be issued. Solicitation number AG-82AK-S-16-0002 is being issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This project is set aside for small business concerns under NAICS code 561720 Janitorial Services, small business size standard $18M. PRE-BID INFORMATION: Quoters are encouraged to make arrangements (for site visit only) prior to submitting a quote by contacting Amy Bauer, Support Services Specialist at 719-655-2547. Offeror questions during the solicitation phase of this requirement shall be submitted electronically to kdecker@fs.fed.us. The closing date for these written questions is COB, December 22, 2015, Facsimile questions will not be accepted. Schedule of Items: Base year (January 1-December 2016), Option Year 1 (January 1-December 2017) and Option Year 2 (January 1-December 2018): Item 1 2X weekly Janitorial Service (Wednesday & Saturday) in summer 6 months Item 2 1X weekly Janitorial Service (Wednesday) in winter 6 months Item 3 Weekly Janitorial Service (Saturday) all year round 12 months Item 4 Monthly Janitorial Service 12 months Item 5 Semi-Annual Janitorial Service 2 each Scope of Work: The Rio Grande National Forest requires yearly janitorial service for the Saguache Ranger District office. Contractor shall provide all management, equipment, supplies (except Government furnished property and supplies), and labor necessary to ensure that janitorial services are performed for the Saguache Office in compliance with the terms, conditions, specifications, and provisions contained herein. The Contractor shall maintain all areas of the office building in a clean, neat, professional, secure and acceptable condition. All work shall be performed, except if otherwise specified, after normal hours of 7:00am to 5:30pm, Monday through Friday and any time on the weekends. The various phases of cleaning and janitorial work shall, at a minimum, be carried out at the frequencies indicated below. Cleaning supplies should be at a minimum biodegradeable and non-toxic and no bleach products permitted. Environmentally friendly and unscented cleaners will be required in this office, to accommodate employees sensitive to harsh chemicals and cleaners. Description of Work: Refer to the Technical Specifications in the attached solicitation package for details. Location of project area: The facility is located at the Rio Grande National Forest Saguache office, 46525 State Hwy. 114, Saguache, Colorado. The building/area to be cleaned includes interior and exterior areas. The building consists of one level. Period of Performance: Base year (January 1-December 2016), Option Year 1 (January 1-December 2017) and Option Year 2 (January 1-December 2018). Contractor Provided Items: The Contractor shall furnish all equipment and materials necessary, except as noted in the Government Furnished Property section (see attached solicitation package, Section 5--Government Furnished Property). The following provisions and clauses apply to this acquisition: REFER TO THE SOLICITATION PACKAGE ATTACHED FOR ADDITIONAL PROVISIONS AND CLAUSES. Provision 52.212-2, Evaluation -Commercial Items (OCT 2014)-- Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Provide narrative addressing the following evaluation criteria: 1. TECHNICAL APPROACH The Government will evaluate the offeror's technical approach for fulfilling the cleaning services. 2. PAST PERFORMANCE & EXPERIENCE Furnish a list of three projects of similar magnitude completed by the firm within the last five years. For each project cited, provide the name of the project, the location of the project, the total cost of the project and a very brief narrative of the project. Also, include the name of the Government Agency or Company contracting the work, the name and phone number of the Contracting Officer or project Engineer (if a non-government project) administering the project, and any evaluations that you received. The Government may or may not contact any or all references listed. Identify the quantity of experience of the firm and employees with work similar to the type of work required under this project. Identify subcontractors, if any, and experience. 3. BIOBASED PRODUCTS and USAGE A. Experience with Cleaning Products Using Biobased Products --Demonstrate the degree to which you have acquired, installed, and your commitment to use biobased products in the performance of cleaning. Offerors possessing past performance eqerience in the area of cleaning with biobased products will receive greater consideration than others. B. Use of Biobased Products in Cleaning Projects--Demonstrate your experience in the use of biobased products in cleaning and your client satisifaction with and emphasis on "biobased practices" shall receive greater consideration than others. 4. PRICE --Price evaluation will be performed on the schedule of items as attached within the solicitation starting on page 4. Technical and past performance, when combined, are greater than price. Offerors are advised that award will be made to the offeror whose quote provides the best overall value to the Government. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2015) Clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2015) AGAR 452.209 - 70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW - FISCAL YEAR 2015 APPROPRIATIONS AND BEYOND (DEVIATION 2015-01) SOLICITATION ATTACHMENTS: SF-1449 Solicitation package Attachment 1-Service Contract Labor Rates, 11 pages DATE, TIME AND PLACE OFFERS ARE DUE: PROPOSAL DOCUMENTS: A. Offerors shall submit their quote in the following format and the quantities specified: (1) One copy of the Price Quote to include: •Completed/Signed Offer, SF 1449 complete blocks, 12, 17a, 30(a,b,c) •Completed Schedule of Items, pg 4-5 •FAR 52.212-3, pg 31-42 •AGAR 452.209-70, pg 43, complete appropriate blocks •Pages 44-45 Safety Plan Certification and Government Employee Verification (2) One copy of the Technical Proposal to include: •Past Performance •Experience •Biobased Products and Usage Quotes (complete per above instructions) are to be submitted NLT, December 28, 2015, 1:00 pm, MDT Email submission of quotes is preferred: email to kdecker@fs.fed.us or mailed/delivered to: USDA Forest Service, Attn: Kim Decker, 1803 W. Hwy. 160, Monte Vista, CO 81144 No faxed quote will be accepted. REQUIREMENTS: Offerors must be registered in SAM in accordance to FAR 52.204-7 Offerors must respond to all criteria in Solicitation Provisions section. Offerors who fail to meet these requirements will not be considered for award. Email submission of proposals is preferred and acceptable as long as all required information is submitted, including required signatures. Faxed responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82AK-S-16-0002/listing.html)
 
Place of Performance
Address: RGNF, Saguache Ranger District, 46525 State Hwy. 114, Saguache, CO, Saguache, Colorado, 81149, United States
Zip Code: 81149
 
Record
SN03969642-W 20151217/151215234211-b76b005d56c2e2162b3e10717f6e842d (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.