Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 8, 2001 PSA #2803
SOLICITATIONS

S -- JANITORIAL SERVICES

Notice Date
March 6, 2001
Contracting Office
USDA -- Forest Service, San Bernardino National Forest, 1824 S Commercenter Circle, San Bernardino, Ca 92408-3430
ZIP Code
92408-3430
Solicitation Number
RFQ R5-12-01-7010
Response Due
March 26, 2001
Point of Contact
Jennie Camacho, Procurement Assistant, 909-884-6634, extension 3092
E-Mail Address
Click here to contact the Procurement Assistant via (jcamacho@fs.fed.us)
Description
Janitorial Services, San Luis Obispo Interagency Command Center, 635 North Santa Rosa, San Luis Obispo, CA 93405. RFQ NO.: R5-12-01-7010. DUE: 03/26/01. DESCRIPTION: This notice 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 and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) code is 561720. Business Size Standard is $12.0 million. This notice is being issued as a Request for Quotations (RFQ) for: JANITORIAL SERVICES as specified below. Base Year ITEM 01a: Daily Services, 156 EA; ITEM 01b: Weekly Services, 52 EA; ITEM 01c: Monthly Services, 12 EA; ITEM 01d: Semi-Annual Services, 2 EA. Option Year 1 ITEM 02a: Daily Services, 156 EA; ITEM 02b: Weekly Services, 52 EA; ITEM 02c: Monthly Services, 12 EA; ITEM 02d: Semi-Annual Services, 2 EA. Option Year 2 ITEM 03a: Daily Services, 156 EA; ITEM 03b: Weekly Services, 52 EA; ITEM 03c: Monthly Services, 12 EA; ITEM 03d: Semi-Annual Services, 2 EA. Option Year 3 ITEM 04a: Daily Services, 156 EA; ITEM 04b: Weekly Services, 52 EA; ITEM 04c: Monthly Services, 12 EA; ITEM 04d: Semi-Annual Services, 2 EA. SPECIFICATIONS: SCOPE OF WORK -- The purpose of this contract is to provide Janitorial Services for the San Luis Interagency Command Center, Los Padres National Forest. The buildings are located at the Command Center, and include the Command Floor and Modular Building. PROJECT LOCATION -- The Command Center is located at USDA Forest Service/California Department of Forestry, 635 North Santa Rosa Road, San Luis Obispo, CA 93405. PRE-BID TOUR -- A formal tour of the project is not scheduled. Access to the project is open, and interested bidders are encouraged to visit the site. FOREST CONTACT -- For information regarding site conditions and the like prospective bidders may contact Tammy Zimmerman or Mike Emmerling, 805-541-0312, between the hours of 9:00 a.m. and 4:00 p.m., Monday through Friday, except legal holidays. CONTRACTOR'S PERSONNEL -- Contractor shall furnish a list of names of all employees he/she has assigned to work under this contract, and their work schedule. This list shall be furnished to the Contracting Officer's Representative at least two days prior to starting work, and shall be kept current during the period of this contract. All personnel working on site shall be fluent in speaking and understanding English, and able to read user instructions and warning labels on cleaning products. CONTRACTOR'S SUPERVISION -- Contractor shall assign a supervisor to randomly inspect the custodian performance on a regular basis, and implement any necessary corrections to the performance of the work. Contractor shall provide an Inspection Form for their supervisors use during on site inspections. A copy of the inspection report will be provided to the Contracting Officer's Representative within three days of each inspection. GOVERNMENT FURNISHED PROPERTY -- The Government will deliver to the Contractor the following listed materials, supplies, property, or services (hereinafter referred to as "Government Furnished Property") at the places and times specified below. The Contractor shall be liable for all loss or damage of such delivered Government Furnished Property until completion and final acceptance of work required under this contract. If the Government fails to make timely delivery of such Government Furnished Property suitable for its intended use, and upon written request from the Contractor, the Contracting Officer will make an equitable adjustment of contract delivery or performance dates or contract price, or both, pursuant to the "Changes" clause in this contract. The Forest Service will provide the following: Water and electric power will be furnished by the Government at existing outlets for the Contractor's use to operate such equipment and perform such services as is necessary in the conduct of the required work. Keys to buildings and grounds will be issued to the Contractor to perform work after office hours and on weekends. The Contractor shall be responsible for the security of the building and grounds. The Government will furnish the following: a. Hand Soaps; b. Paper Towels; c. Toilet Tissue; d. Urinal Deodorant Blocks; e. Trash Can Liners; f. Toilet Seat Liners; g. Storage space for the Contractor's supplies. Supplies and materials shall be used only in the performance of this contract. CONTRACTOR'S STORAGE AREAS -- Partial space in the closet adjoining the ECC Managers Office in the Command Modular Building will be made available to the Contractor for storage of supplies and equipment. The Contractor shall keep the storage area clean, orderly, in safe condition, and free of fire hazards, chemical spills, and the like. SECURITY OF PREMISES -- The Contractor shall be responsible for turning off lights and fans, and locking rooms when cleaning is finished in any area. Contractor shall also be responsible for seeing that all outside doors that they access on all buildings, and the main fence gate are locked while working and before leaving the premises at the completion of each cleaning operation. SCHEDULE OF WORK -- DAILY SERVICES -- Daily service shall be performed between the hours of 7:00 p.m. and 6:00 a.m., Monday, Wednesday, and Friday each week, except Federal Holidays. Work on the Command Floor shall not commence prior to 7:00 p.m. No vacuuming on the Command Floor until after 7:00 p.m. DAILY SERVICES TO BE PERFORMED 1. Clean and Disinfect bathrooms; 2. Replenish paper towels, tissue paper, toilet seat covers, and soap; 3. Sweep all floors; 4. Dust all furniture and equipment; 5. Empty all wastebaskets and replace liners; 6. Empty and clean all ash trays; 7. Wet mop and rinse restroom floors; 8. Clean and polish drinking fountain; 9. Wet mop and rinse both kitchen floors; 10. Clean table in Kitchen. WEEKLY SERVICES -- Weekly services shall be performed between five (5) and eight (8) calendar days apart, between the hours of 7:00 p.m. and 6:00 a.m. Monday, Wednesday, or Friday, except Federal Holidays. Work on the Command Floor shall not commence prior to7:00 p.m. WEEKLY SERVICES TO BE PERFORMED 1. Dust all horizontal surfaces to a hand height of 70 inches including but limited to sill, ledges, moldings, shelves, picture frames, ducts, light; 2. Wet mop with disinfectant tile washroom floors; 3. Clean glass front door; 4. Clean counter and sink, and table in Kitchen; 5. Remove all cobwebs from walls and ceilings. MONTHLY SERVICES -- Monthly services shall be performed between twenty-five (25) and thirty-five (35) calendar days apart, between the hours of 7:00 p.m. and 6:00 a.m. Monday, Wednesday, or Friday, except Federal Holidays. Work on the Command Floor shall not commence prior to 7:00 p.m. MONTHLY SERVICES TO BE PERFORMED 1. Dust venetian blinds; 2. Dust overhead light fixtures; 3. Remove spots, smudges, finger marks from around doors, on doors, and around switch plates; 4. Clean outside of doors and adjacent walk ways and patio areas. SEMI-ANNUAL SERVICE -- Semi-annual service shall be performed between the hours of 7:00 p.m. and 6:00 a.m. Monday, Wednesday, or Friday, except Federal Holidays, or on weekends only. Waxing and buffing of VINYL floors shall be done during the months of May and November. Stripping wax, scrubbing, re-waxing and buffing shall be done during the months of August and February. This work can be done in the Command Center during business hours, providing there is minimal noise disruption within the offices and that the accessible men's and women's restrooms are available for use until 7:00 p.m. SEMI ANNUAL SERVICES TO BE PERFORMED 1. Shampoo all carpets, The shampooing shall be done on weekends to allow for drying; 2. Wash overhead light coverings; 3. Wash and disinfect restroom walls; 4. Strip and refinish all vinyl floors (bathrooms and kitchens). ADDITIONAL SERVICES -- During the period of this contract it may be necessary to request additional services because of water leaks, fire, accident, or other out of the ordinary circumstances. Payment for requested additional services will be negotiated prior to extra work being performed. WORK PERFORMANCE AND PERSONAL CONDUCT -- All work under this contract shall be performed in a skillful and workmanlike manner. The Contracting Officer may, in writing, require the Contractor to remove from the work any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable, or for theft, possession and/or removal of materials, supplies, equipment or any Government owned/furnished property. The Contractor shall be responsible for maintaining satisfactory standards of employee safety, competency, conduct, appearance and integrity, and shall be responsible for taking such disciplinary action with respect to employees as may be necessary. The Contractor shall prohibit his employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephones or office equipment provided for official Government use, except as authorized elsewhere in this contract. Contractor shall assure that employees report fires, hazardous conditions and items in need of repair, such as flickering or non-operating lights, leaky faucets, toilet stoppage or other problems to the Contracting Officer's Representative. The Contractor shall instruct his employees in appropriate safety measures and shall not permit them to place mops, brooms, machines, and other equipment in traffic lanes or other locations in such a manner as to create safety hazards. Contractor shall be responsible for training all of his employees in safety issues required by California's Occupational Safety and Health Act and any other regulatory agency requirements. Contractor shall provide copies of any product Material Safety Data Sheets (MSDS's) to the Contracting Officer's Representative. PERIOD OF PERFORMANCE: This contract includes a Base Year with the potential of 3 option years. The effective period of the base year is from April 1, 2001 through March 31, 2002. PAYMENT: Payment will be made after acceptance of all items and upon receipt of a properly prepared Invoice by the Angeles Payment Center, 701 North Santa Anita Avenue, Arcadia, CA 91006. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52-212-2, Evaluation Commercial Items, with the following evaluation factors (a) technical capability of offered item to meet agency requirement, price, and past performance; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items with the additional FAR clauses stated at the following paragraphs within 52.212-5 applying: (a)(b)(11)(12)(13)(14)(15)(18)(24)(d)&(e). FAR references can be located at http://www.arnet.gov/far/. All responsible sources may submit an offer, which shall include RFQ No., discount/payment terms, and a complete copy of the provisions at FAR 52.212-3 to the USDA Forest Service, SoCal Province Acquisitions, 1824 South Commercenter Circle, San Bernardino, CA 92408, by close of business March 26, 2001. See numbered Note 1.*****
Record
Loren Data Corp. 20010308/SSOL003.HTM (W-065 SN50F3U0)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on March 6, 2001 by Loren Data Corp. -- info@ld.com