Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2004 FBO #0801
SOLICITATION NOTICE

99 -- Edgerton at jacqueline.edgerton@lewis.army.mil. Walk through is required and is scheduled for 6th February at 1:00 pm. All interested company needs to respond by email if planning on attending.

Notice Date
2/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-04-T-0015
 
Response Due
2/9/2004
 
Archive Date
4/9/2004
 
Point of Contact
JACQUELINE EDGERTON, 253-966-3481
 
E-Mail Address
Email your questions to ACA, Fort Lewis
(edgertj@lewis.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested; however, a written solicitation will not be issued. Solicitation number W911S8-04-T-0015 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The requirement is small business set-aside with a NAICS Code of 561740, SIC Code 7217, and size standard of 4 mil. The description of the commercial service is as follows: Statement of work Floor, Carpet and Bathroom Cleaning Bldg 12630, 12603, 12663, and 12458 Statement of work Floor, Carpet, and Bathroom cleaning Bldg??????s 12630, 12603, 12663, and 12458 1. BASIC SERVICES. The contractor shall provide all management, tools, supplies, equipment and labor necessary to provide one time cleaning services to shampoo all carpeting, strip, seal, and wax floors in buildings 12630, 12603, 12663, and 12458 at Fort Lewis, WA. Work shall comply with Government and commercial standards. Tentativel y, the below described work is to be accomplished per the schedule in Para 1.6. 1.1 DESCRIPTION OF WORK: Building Bathroom Kitchenette Bedroom Common area Total sf 12630 150/50sf 150/50sf 300/125sf 8,664 sf 61,164 12458 100/51sf N/A 100/263sf 2,384 sf 33,784 12663 100/51sf N/A 100/263sf 2,384 sf 33,784 12603 100/51sf N/A 100/263sf 2,384 sf 33,784 1.2 FURNITURE: All areas have furnishings that shall be removed during carpet and floor cleaning operations. Furnishings shall be returned to their original position after carpet and floor cleaning. 1.3 CARPET CLEANING: All carpets shall be cleaned in accordance with standard commercial practices. After shampooing, the carpeted area shall be uniform in appearance and reasonably free of stains and discoloration. All baseboards shall be free of all cleaning solutions. Any furniture or appliances moved to facilitate floor and car pet cleaning shall be returned to their original location. 1.4 FLOORS: All floors that are stripped, sealed, and waxed shall have a uniform glossy appearance. A uniform glossy appearance is free of scuffmarks, heel marks, wax build-up, and other stains and discoloration. Non-skid wax is required. Floors with a no wax finish shall be clean in accordance with standard commercial practices. Any furniture or appliances moved to facilitate floor-cleaning operations shall be returned to their original location. 1.5 BATHROOMS. All bathrooms shall be cleaned, disinfected, and sanitized in accordance with industry standards. All fixtures shall be thoroughly cleaned inside and out. Tiled walls and floors shall have a uniform glossy appearance, and be free of streaks , discoloration, and residual soap build-up. 1.6 COMPLETION SCHEDULE: Building Start Work Complete Work 12630 1 Feb, 04 29 Feb.04 12603 1 Apr, 04 1 Apr. 04 12663 15 Feb, 04 12-22 Mar. 04 12458 15 Feb, 04 1 Apr. 04 1.7 WORK EXCEPTANCE: Final acceptance walk throughs shall be re arranged by appointment with a minimum of 4 hours notification. Award will be made on an all or none basis. Provision 52.212-1, Instructions to Offertory-Commercial Service, applies to this acquisition. An addendum to this provision is applicable, in which the term offer or (whenever it appears) shall be re placed with the term quoter. Quoter are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes. Also, please provide Federal Tax ID Number FAR clause 52.212-4 , Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquis ition. The following clauses within 52.212-5 (b) are applicable to this acquisition: 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33,52.222-41,52.222-42,52.222-43. FAR clause 52.204-7004,52.400-4034,52.217-8,52.217-9,52.232-19,52.222-401 3,52.111-4002,52.222-43. Local clauses: 52.111-4004, 52.111-4017 The following clause within DFARS clause is applicable to this acquisition: WAGE DETERMINATION NO: 94-2567 REV (24) AREA: WA,TACOMA. The complete text of the Federal/Defense Acquisition Circ ulars are available at the following internet sites: DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil. Quotes are due on Feburary 9, 2004 at 4:00 PM Pacific Standard Time. Quot es may be faxed to the Directorate of Contracting, Attn: Jacqueline Edgerton at 253-967-3844, along with the completed Representations and Certifications, or e-mailed to: jacqueline.edgerton@ lewis.army.mil
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN00515747-W 20040206/040204212317 (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.