Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1998 PSA#2177

USDA, U.S. Forest Service, Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO 80526-2098

S -- JANITORIAL SERVICES SOL RFQ CAZ-99-01 DUE 100198 POC Susan Major, Procurement Clerk, FAX (970) 498-1045 The Rocky Mountain Research Station has a requirement for providing janitorial services. All work shall be performed at the Rocky Mountain Research Station and the Arapaho and Roosevelt National Forests and Pawnee National Grassland Headquarters main building and annexed office space (2 modular buildings) located at 240 West Prospect, Fort Collins, Colorado. 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. The solicitation number to refer to in response to this notice is RFQ-CAZ-99-01. This requirement is being issued as a Request for Quotation using Simplified Acquisition Procedures at Subpart 13.1. The estimated price range for this project is between $15,000 and $35,000. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. Pursuant to FAR 13.003, this requirement is set-aside for small business concerns only. The Standard Industrial Code for this solicitation is 7349 ($12.0M). The intent of this solicitation is to obtain janitorial services by means of a firm fixed-price contract. The contract will begin on November 1, 1998, and run through September 30, 1999, with one year options through September 30, 2001. The performance work statement is as follows: The Contractor shall provide all necessary labor, supplies, supervision, tools, materials, equipment, and transportation to perform janitorial services. The Government will furnish paper products, hand soap, and sanitary napkins for the restrooms. The Contractor will be required to give the Government five days written notice prior to the depletion of Government furnished supplies; if the Contractor fails to notify the Government, the Contractor will be responsible for providing the supplies. The buildings are accessible to the Contractor between the hours of 5:00 p.m. and 6:00 a.m. Monday through Thursday, excluding federal holidays, and, on Sunday. The performance work statement is divided into four areas requiring janitorial services: Rooms (including but not limited to office areas, laboratories, hallways, copy rooms, library, conference rooms, front lobby and mailroom); Restrooms (includes two second floor and three first floor restrooms and 2 restrooms in each of the 2 annex buildings); Refreshment/kitchen area; Stairways. The following services are required, on a daily basis, unless otherwise noted: 1. Rooms -- empty wastebaskets and dispose of waste in outside receptacles provided; clean all tile floors; vacuum all carpets and carpet runners; clean and polish drinking fountains; weekly, dust the tops of all horizontal surfaces (window sills, desks, file cabinets, etc.); 2. Restrooms -- wash and sanitize toilet fixtures, seats, and urinals; scour, clean, and polish washbasins; damp wipe and polish mirrors, shelves, paper towel holders, dispensers, and fixtures; remove splashing around washbasins, urinals, and toilet fixtures; empty used paper towels dispensers and sanitary napkin receptacles, and replace liners for each; replenish paper towels, soap, toilet paper, and toilet seat covers; clean floors, paying particular attention to corners and baseboards; monthly, wax restroom floors. 3. Refreshment/ Kitchen Area -- clean floors; clean appliances, shelves, sink, tables & chairs; empty trash (in outside receptacles provided) and replace liner; scour, clean, and polish kitchen area. 4. Stairways -- vacuum carpeted landings; two times per week, sweep steps and damp mop to remove spills. The Performance Requirements Schedule includes FAR clause 52.246-4 Inspection of Services -- Fixed Price. As a requirement of this solicitation, the Contractor shall submit a proposal which addresses how he/she plans to meet the requirements, including a quality control plan which details the Contractor's proposed inspection procedures. This proposal will be used to evaluate quotes for award and will become an important part of the contract. Contractor performance will be monitored to determine if it is being performed as agreed. Government inspections and validated customer complaints will be used. Periodic inspections will be conducted by the Government to validate customer complaints. 100% inspections will be done monthly, at a minimum, at an undisclosed time. The two methods of surveillance will have equal weight; a combined rating will be used to determine to award incentive payments (up to 5% above contract price) or apply deductions (up to 20% below contract price) to the monthly payment. An adjectival rating system will be used. The 100% inspections will assess each requirement of all areas resulting in a cumulative monthly rating of Exceeds, Good, Marginal, or Unacceptable. A customer complaint log will be used to record complaints. Over the course of one month, the number of validated complaints corresponding to the adjectival rating scale is as follows: 0-2 complaints=Exceeds; 3 complaints=Good; 4-5 complaints=Marginal; 5 or more complaints=Unacceptable. A "Good" monthly rating will result in full payment of contract price. The following FAR citings apply to this solicitation: FAR provisions 52.212-1, Instruction to Offerors -- Commercial Items with addenda; FAR 52.212-2, Evaluation -- Commercial Items with addenda; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order -- Commercial Items; Service Contract Act of 1965, As amended (41 U.S.C. 351, et.seq.) Blanket Wage Determination Number 94-2082, Rev. No. 7; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. All quotes must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. A site visit is scheduled for September 15, 1998, at 10:00 a.m. Mountain Standard Time. Amendments to this solicitation will be published in the same manner as this initial synopsis/solicitation. To obtain instructions for submitting a quote, evaluation factors and basis for award, and all necessary provisions, certificatinos and representations, and wage determinations, please fax your request to (970) 498-1045, Attn: Sue Major, Procurement Clerk. Quotes must be received by October 1, 1998. Please mail quotes to the address shown in Item 7. Posted 09/08/98 (W-SN247089). (0251)

Loren Data Corp. http://www.ld.com (SYN# 0098 19980910\S-0004.SOL)


S - Utilities and Housekeeping Services Index Page