Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1997 PSA#1874

CARPET CLEANING BASE WIDE` This is to be a continuation of earlier submission No. 087754, sent 23 Jun 97. 4.1.4. All contractor vehicles shall be licensed and inspected according to the rules and regulations of the State of Ohio, Division of Motor Vehicles. 4.1.5. All contractor-owned vehicles shall observe the traffic rules and regulations as prescribed by the authorities at Wright-Patterson AFB. 4.1.6. All contractor vehicles shall meet the current applicable OSHA and Air Force safety regulations. SECTION C-5 SPECIFIC TASKS 5. General: The contractor shall furnish all labor and materials, as required for the cleaning of carpet and upholstery at Wright-Patterson AFB. The contractor shall perform all services as directed by the Contracting Officer or his/her designated representative, to accomplish the above tasks. 5.1 SCOPE: 5.1.1. The contractor shall provide a periodic schedule upon request that outlines the calendar dates that scheduled cleaning services will be performed prior to the start of the scheduled cleaning period. Any deviation in this schedule shall be coordinated and approved by the Government Representative. The contractor's personnel shall notify the Government Representative as to when they will arrive at the site of work and when work was completed. 5.1.2. Carpet shall normally be cleaned on an on-call basis. Methods of cleaning shall include hot water extraction and dry chemical extraction with the application of soil retardant with both methods. The method of cleaning to be used for service calls shall be determined by the Government Representative/contracting Officer. Note: The amount of carpet to be cleaned per service call will range from 100 SF and 500,000 SF. 5.1.3. Buildings to be serviced by this contract range from single story to five story structures. Carpet composition, style, age, backing, and padding vary throughout the buildings. 95% of the carpet is glue down broadloom or carpet tiles. 5.1.4. Small furniture, trash cans, chairs, and other small objects locatedon the floor (Maximum of 50 lbs. per object) shall be required to be moved prior to cleaning and shall be put back into their original location after cleaning. 5.1.5. Upholstery shall be cleaned by steam cleaning and an application of soil retardant. 5.2. DESCRIPTION 5.2.1. Hot Water Extraction: The contractor shall do a pre spot check and thoroughly vacuum carpets by using a suitable commercial or industrial vacuum machine with a beater bar in order to remove foreign matter (e.g., embedded dirt and sand particles) and loosen matted pile. Carpets shall be cleaned with hot water that is at least 130 degrees Fahrenheit at the tank. The cleaning fluid shall not oversaturate the carpet. The cleaning process shall remove all traces of visible dirt, grime and soil from carpets, leaving them free from residual matter. Carpets shall be vacuumed with a water pickup vacuum in order to remove as much moisture as possible and then brushed to restore flattened pile to its natural lay. 5.2.2. DRY CHEMICAL EXTRACTION: The contractor shall do a pre spot check and thoroughly vacuum carpets by using a suitable commercial or industrial vacuum machine with a beater bar in order to remove foreign matter (e.g. embedded dirt and sand particles) and loosen matted pile. The dry chemical shall be spread over the carpet, then brushed into the carpet with the manufacturer' approved machine, and thoroughly vacuumed. The cleaning process shall remove all traces of visible dirt, grime and soil from carpets, leaving them free from residual matter. Carpets shall be brushed to restore flattened pile to its natural lay. 5.2.3. UPHOLSTERY: The cleaning process shall consist of the removal of all foreign substances including, but not limited to dirt, gum, and the removal of all spots and stains. Scotchguard or an approved equal shall be applied to protect surfaces after cleaning. 5.3. WORK SCHEDULES: The contractor shall prepare a work schedule detailing when cleaning will be performed on a scheduled basis. The contractor shall submit this work schedule to the Government Representative/Contracting Officer prior to the start of the schedule. These schedules shall contain the date and time that each cleaning is to be performed in accordance with Section C-5. The scheduled cleaning shall provide a minimum disruption to the normal work operations at the site. 5.4. SUBMITTALS/APPROVALS: The contractor shall submit all materials and equipment to be used in support of this contract to the Contracting Officer for approval within ten (10) days of award of the contract. 5.5. COORDINATION/SCHEDULING: The contractor shall respond to government requests and provide a schedule to the government representative within seventy-two (72) hours after receiving notice of a cleaning requirement. The contractor shall be available to start each request within 5 days of receipt. The work shall be scheduled through the 788th CES/CEZPS at 257-1119. Hot water and dry chemical extraction cleaning shall be accomplished in areas designated on drawings obtained from the Government Representative. The drawing will be required for Buildings 262 and 266 only. The contractor shall contact the Government Representative prior to starting and after completion of the cleaning service. All of the work shall be performed during non-duty hours 1700 (5:00 pm) to 0600 (6:00 am) after offices close. 5.5.1 If re-performance of the work is required, it shall be accomplished within 24 hours of initial cleaning at no cost to the government. 5.6 SERVICE REPORTS: The contractor shall submit a separate service report for each cleaning. The report shall contain the following: (1) Contract number (2) Contractor identification (3) Building number and location (4) Date and time of service (5) Call number (6) Total square footage cleaned (7) Cost per square foot (8) Total cost of cleaning 5.6.1. The contractor shall submit five (5) copies of the service call reports and monthly invoices in a timely manner together to: 788th CES/CEZPS 1450 Littrell Rd. Wright-Patterson AFB, Oh 45433-5209 17(vii). Period of performance is 1 October 1997 -- 30 September 1998 with four one-options. 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 1995) is hereby incorporated by reference. 17(ix). FAR 52.212-2 Evaluation Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (1) Technical capability of the item offered to meet Government requirements; (2) price: in descending order of importance. 17(x). All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications Commercial Items. 17 (xi). Clause 52.212-4 Contract Terms and Conditions Commercial Items (OCT 1995), is hereby incorporated by reference. The following addenda are hereby incorporated into the clause: FAR 52.217-8 OPTION TO EXTEND SERVICES AUG 1989 (IAW FAR 17.208(f) The contracting officer shall provide written noticeto the contractor extending the period of performance in accordance with contract clause 52.217-8 no less that 14 calendar days prior to expiration of the contract. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 1989 17(xii). The following additional FAR clauses which are cited in clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-9, Buy American Act-Trade Agreements Act -- Balance Payments Program. 17(xii). N/A 17(xiv). N/A 17(xvi). N/A 17(xvii). Clause 52.223-3 Hazardous Material Identification and Material Safety is hereby incorporated by reference. 17(xviii). All bids are due 1400 EDT on 23 July 1997 and must be submitted to ATTN: Bid Opening Officer, Building 260, Area C, Wright-Patterson AFB, Ohio 45433-5309 17(xvix). Contact Otis L. Jones at (937) 257-6146 ext 4213. Solicitation Number F33601-97-B0025 Period of performance 1 Oct-30 Sep 98. SIC CODE 7217, Standard Size $2.5M. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only.

Loren Data Corp. http://www.ld.com (SYN# 0494 19970625\SP-0003.MSC)


SP - Special Notices Index Page