Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2023 SAM #7908
SOLICITATION NOTICE

S -- DEEP CLEANING BUILDING

Notice Date
7/21/2023 12:57:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660423Q0724
 
Response Due
7/24/2023 1:00:00 PM
 
Archive Date
08/08/2023
 
Point of Contact
Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
 
E-Mail Address
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days. The Naval Undersea Warfare Center Division, Newport intends to award a single, FFP order for deep cleaning services in accordance with the Statement of Work below. Request for Quotation (RFQ) number is N6660423Q0724. This requirement is being solicited as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this acquisition is 561720. �The Small Business Size Standard is $22.0 Million. The Product Supply Code (PSC) is S216. This requirement is for urgent cleaning services as described in the Statement of Work: STATEMENT OF WORK (SOW) Deep Cleaning Services for NUWC Building Background The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Facilities Code 1021 requires periodic, supplemental deep cleaning services in high-traffic, high visibility facility areas that host high level visitors, military and civilian dignitaries. �� 1.1 Places of Performance -NUWC Newport RI Building, Common spaces of all floors 1.2 Authorized Users -NUWCDIVNPT Code 1021, Maintenance and Operations 1.3 Sponsors -NUWCDIVNPT Code 1021 1.4 Types of Funding - This contract will be funded with NUWCDIVNPT Overhead/Service Cost Center Scope The contractor shall provide the services, all materials, cleaning supplies, hand-held power tools, equipment, the transportation and storage of such items to and from the work site to conduct deep cleaning services. Services include deep cleaning of horizontal surfaces such as carpeting, VCT flooring and ceramic tiles as detailed in Section 4.0 Technical Requirements below. 2.1 Program or Systems Supported -NUWCDIVNPT, Code 1021, Facilities Maintenance and Operations Applicable Documents The contractor shall perform the tasking required in Section 4.0 in accordance with (IAW) the below Applicable Documents (ADs). NUMBER TITLE REVISION/ DATE APPLICABLE SOW TASK 3.1 DoD Issuances OSHA, 29 CFR 1910 Subpart I, Personal Protective Equipment 12/17/2019 ALL OSHA, 29 CFR 1910, Subpart P, Hand and Portable Powered Tools and Equipment ALL ISSA, The Cleaning Industry Management Standard, CIMS 1101: 2006 �ALL Technical Requirements The contractor shall provide all materials, cleaning supplies, hand-held power tools, equipment, the transportation and storage of such items to and from the work site in performance of the following tasks. ��The Government will provide the contractor with vehicular parking space(s), access to electricity power (120 volts) and water resources in performance of all SOW tasks.� Additionally, building square footage is included in attachment (II.D.2.). The contractor shall perform the following tasks in accordance with the Applicable Documents in Section 3.0. �4.1 ���� Floor Care Cleaning Services� ���������������������������������������������������������������������������������� 4.1.1��� Strip & Wax flooring VCT Flooring Surfaces 1st, 2nd, 3rd floors in corridors and kitchenettes to remove built up discolored floor finish. Paying special attention to corners and edges then apply 3 coats of commercial grade floor finish. Steam clean carpeting of corridors 1st, 2nd, 3rd floors, main entry carpet and 3rd floor conference room. Vacuuming and washing VCT Flooring at 1st floor main entry, floor 2 mezzanine stairwells with 36 stairs and 2 landings and elevator floor. Tile and Grout Restorative Cleaning of bathrooms on all floors, 8 bathrooms total. 4.2������ Fixture Wall/Vertical Surfaces Cleaning 4.2.1��� Kitchenette cleaning of exterior cabinets, drawers and counter tops. Moving all items and washing walls, floors 1,2 and 3. Cleaning the inside surfaces of the elevator, 1st floor windows and door interiors for entry and vestibules, 2nd and 3rd floor - washing 14 windows outside of elevator, interior only �2nd Floor Mezzanine - Washing 12 windows interior only. Entire south stairwell from basement to 4th floor to include: Washing of walls, sills and ledges up to 6ft high, washing of all interior glass windows, cleaning of common doors on both sides. 4.2.2��� Thorough cleaning and disinfecting of all toilets and urinals. Cleaning and disinfecting of all bathroom stall dividers. Cleaning of two sinks, granite countertop and two mirrors in each bathroom. Vacuuming of bathroom vents to remove built up dust. Cleaning of sheet rock walls 5 feet up. Contractors will require escorted access. Vendor will submit documentation and formal visitor request form to Code 105 Security/Visitor Control per policy. The required Period of Performance is 25 July 2023 to 31 July 2023. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC). The following provisions and clauses apply to this solicitation: FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-23, �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.�; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25, �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment�; FAR 52.209-10, �Prohibition on Contracting with Inverted Domestic Corporations.�; FAR 52.209-11, �Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.�; FAR 52.212-1, �Instructions to Offerors � Commercial Items.�; FAR 52.212-2, �Evaluation � Commercial Items.�; FAR 52.212-3 (ALT 1), �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.�; DFARS 252.204-7008, �Compliance with Safeguarding Covered Defense Information Controls.�; DFARS 252.204-7009, �Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.�; DFARS 252.204-7015, �Notice of Authorized Disclosure of Information for Litigation Support.�; DFARS 252.204-7019, �NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS�; DFARS 252.204-7020, �NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS�; DFARS 252.213-7000, �Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.� DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors.�; DFARS 252.225-7031, �Secondary Arab Boycott of Israel.�; DFARS 252.246-7008, �Sources of Electronic Parts.�; Additional terms and conditions: Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) prior to award. Instructions for registration are available on the website. The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price, Technically Acceptable basis. Offers must be emailed directly to Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil. Offers must be received no later than 1600 p.m. (EST) on Monday, 24 July 2023. Offers received after this date and time may not be considered for award. For information on this acquisition, contact Jennifer Vatousiou at the email listed above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1af2b3c7acf44a0995a80bba70088662/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06758796-F 20230723/230721230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.