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