Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2003 FBO #0460
SOLICITATION NOTICE

S -- Janitorial Services, Happy Camp Ranger District

Notice Date
3/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern Province Acquisitions, Yreka Office, 1312 Fairlane Road, Yreka, CA, 96097
 
ZIP Code
96097
 
Solicitation Number
RFQ-R5-NP-14-03-054
 
Response Due
3/20/2003
 
Archive Date
4/4/2003
 
Point of Contact
Lela Stawicki, Contracting Officer, Phone 530 242-2223, Fax 530 242-2238, - Anna Wargin, Procurement Assistant, Phone 530 841-4411, Fax 530 841-4539,
 
E-Mail Address
lstawicki@fs.fed.us, awargin@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request For Quotation, RFQ-R5-NP-14-03-054. Incorporated provisions and clauses are in effect through FAC 12. NAICS code is 561720, Size Std. 14. M. Schedule of Items: Line 01 Base year Period 4/01/03 through 3/31/04, Line 02 Option Year 1, Line 03, Option Year 2. SCOPE OF THE CONTRACT: The work described in this solicitation encompasses janitorial services on the premises of the Happy Camp Ranger District Office, 63822 Highway 96, Happy Camp, California, 96039. The Contractor shall maintain every part of the premises, including outside areas, in accordance with the following specifications. The various phases of cleaning and janitorial work shall, as a minimum, be carried out at the frequencies indicated in the specifications. Work shall be done after occupant working hours, unless approved otherwise in advance. Flextime schedules and overtime requirements may cause occupancy of the building by Forest Service during other than the normal 8:00 a.m. to 4:30 p.m. hours. The building to be maintained has an area of approximately 13,200 s.f. GOVERNMENT/CONTRACTOR-FURNISHED SUPPLIES: The Contractor shall be responsible for furnishing all transportation, cleaning supplies and equipment necessary to accomplish the work, as follows: All cleansers (except dish soap and disinfectants); vacuum cleaner, 3/4 horsepower minimum, UL approved, capable of lifting all visible dirt and debris from carpeting with capability to do edges of carpet, upholstered chairs, windowsills /railings; mop heads and handles, and mop buckets with press; commercial-type carpet shampooer and shampoo; ladders, wiping rags, dust rags, and necessary hand tools; static resistant hand mop for computer equipment; tank type disinfectant/deodorizers for all toilets and deodorant cakes for urinals; grout cleanser for tile floors. Government property/supplies to be furnished includes: Janitorial Log Forms; keys for access to work areas; toilet tissue, paper towels, hand soap, dishwashing soap, toilet seat covers, all garbage liners; light bulbs, and recycling bags; power and water necessary to accomplish the work described. The Contracting Officer’s Representative shall be notified of supplies needed at least two weeks in advance. Garbage dumpsters or containers and the recycling shed will be located adjacent to the premises. Removal of this material will be the responsibility of the Government. All fluid material, such as solvent, soap and other liquids not acceptable to the septic system, shall be dumped at agreed open locations or removed by the Contractor. PREWORK CONFERENCE AND OTHER MEETINGS: Prior to commencement of work, a meeting will be requested by the Contracting Officer to be attended by the Contractor, the Contracting Officer or other authorized representative, and other Forest Service personnel. The meeting will be held at the District Office at a time mutually agreeable to the Contractor and the Forest Service for the purpose of discussing work schedules and the scope of this contract. Meetings at the job site with the Contracting Officer or the Contracting Officer’s Representative during business hours may be required when the Contracting Officer makes the determination that it is necessary. WORK STANDARDS AND CONDUCT: The Contracting Officer’s Representative will be notified of the names of all employees having access to the premises, including all improvements and outside leased areas. The contractor shall not permit any other individuals or animals to be on the premises during work hours. All work under this contract shall be performed in a skillful, efficient manner. The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity, and shall be responsible for taking such disciplinary action with respect to his/her employees as may be necessary. The Contractor shall prohibit his/her employees from disturbing papers on desks, open desk drawers or cabinets, or the use of telephones or other office equipment provided for official Government use, leaving Government building unlocked or using any Government employee’s property. The Contracting Officer may, in writing, require the Contractor to remove from the work area any employee deemed to be incompetent, careless, or otherwise objectionable, or for theft, possession and/or removal of materials, supplies, equipment or any Government-owned property. SECURITY: The Contractor shall ensure that all outside doors are locked at all times. All inside doors with locks must be locked, windows must be securely closed, and fenced parking area must be locked upon departure. The Forest Service will issue keys to the Contractor for access to perform the work. These same keys shall be accounted for at all times by the Contractor and reported loss, misuse, or destruction of such keys will result in a thorough investigation by the Contracting Officer. A finding of negligence on the part of the Contractor may result in default. At no time shall the Contractor or his/her employees open an outside door to admit anyone into the building. Contractor employees working at the Goosenest Ranger District may be subject to a Government processed background check. Identified employees may be fingerprinted and required to complete a background questionnaire form. Satisfactory clearance shall be required for access to the premises. JANITORIAL LOG OF WORK: The Contractor shall submit to the Contracting Officer Representative the Janitorial Log of Work listing the specific items completed for that day, broken into what is required daily, quarterly, and biannually. This would also include specific items not listed in the above. The Contracting Officer’s Representative will supply the forms. Contact the Contracting Officer below for samples of the Janitorial Log of Work and the Janitorial Supplies Needed forms. TIME SCHEDULE: The Contractor shall be required to (a) commence work under this contract within 3 calendar days after the effective date of the contract. To avoid interference with Government business, all janitorial work shall be accomplished on a regular schedule outside of business hours (between 5:00 p.m. and 5:00 a.m. and at an agreed upon time on Saturday or Sunday). The various phases of janitorial work shall be carried out at the frequencies indicated; contact the Contracting Officer below for the PERFORMANCE SCHEDULE. QUALITY CONTROL: The contractor shall develop and maintain a quality program to ensure janitorial services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the performance objectives; contact the Contracting Officer for the Service Delivery Summary. QUALITY ASSURANCE: The government will periodically evaluate the contractor’s performance in accordance with a Quality Assurance Surveillance Plan. GOVERNMENT REMEDIES: The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (May 1997), for contractor’s failure to perform satisfactory services or failure to correct non-conforming services. CONTACT CONTRACTING OFFICER LELA STAWICKI AT 530-242-2223 FOR THE PERFORMANCE SCHEDULE AND SERVICE DELIVERY SUMMARY. The provision at 52.212.1, applies to this acquisition; addenda are as follows: 52.204-6 Data Universal Numbering System (Duns) 52.217-3 Evaluation of Options. Facsimile proposals are acceptable at 530-242-2238. Site visit may be arranged. The provision at 52.212-2 is applicable, and the evaluation criteria per paragraph (a) is as follows: (1) Price, (2) Past Performance; past performance is less important than price. Offerors must include a completed copy of the provision at 52.212.3, Offeror Representations and Certifications-Commercial Items, with its offer. Download at http://www.arnet.gov/far/. 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; addenda are as follows: FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend Term of Contract, FAR 52.237-3 Continuity of Services, FAR 52.232-35 Designation of Office For Government Receipt of Electronic Funds Transfer Information. The Clause at 52.212-5, Contract Terms and Conditions required to implement Statutes of Executive Orders-Commercial Items, applies to this acquisition, and the following FAR clauses are applicable: 52.222-3 Convict Labor, 52.233-3 Protest after Award, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-34 Payment made by Electronic Funds Transfer-Other than Central Contractor Registration, 52.222-41 Service Contract Act of 1965, As Amended 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). Addenda to FAR 52.212-1: OFFERORS MUST INCLUDE REFERENCES FOR 3 PREVIOUSLY AWARDED CONTRACTS RELEVANT TO THIS ACQUISITION. Wage Determination No. 1994-2055, Revision 19, dated 07/30/2002 is applicable.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/91W8/RFQ-R5-NP-14-03-054/listing.html)
 
Place of Performance
Address: Happy Camp, Siskiyou County, California
Zip Code: 96039
Country: US
 
Record
SN00272117-F 20030307/030305221420 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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