Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
MODIFICATION

S -- Janitorial Service High Peaks Checkpoint

Notice Date
3/2/2005
 
Notice Type
Modification
 
NAICS
561720 — Janitorial Services
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
ELC-05-013
 
Response Due
3/15/2005
 
Archive Date
3/30/2005
 
Point of Contact
Cindie Walker, Purchasing Agent, Phone 760/352-3241, x163, Fax 760/335-3418, - Cindie Walker, Purchasing Agent, Phone 760/352-3241, x163, Fax 760/335-3418,
 
E-Mail Address
cindie.walker@dhs.gov, cindie.walker@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this admendment is to revise set aside to total small business. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; No written solicitation will be issued. Solicitation Number ELC-05-013 is used for reference purposes. This is a 100% SET-ASIDE FOR SMALL BUSINESS. One contract is anticipated to be awarded as a result of this synopsis. The period of performance is planned for April 1, 2005 through September 30, 2005, with one option period from October 01, 2005 through September 30, 2006. The Dept of Homeland Security, Bureau of Customs and Border Protection has a requirement for the following item: CLIN 0001, quan: 6 MO. Non-personal Service, Janitorial Service to be performed at the High Peaks Checkpoint, North Hudson, New York as stated in the Statement of Work (SOW). $____________________Per Month. CLIN 0002, quan: 12 MO. Option Year $____________________Per Month. CONTRACTOR SHALL PERFORM AND ADHERE TO THE FOLLOWING MINIMUM STANDARDS FOR THE USBP. This statement of work sets forth the contract performance requirements for the janitorial services to be provided at the United States Border Patrol High Peaks Checkpoint. The contractor shall provide janitorial services as follows: Empty all wastebasket receptacles and replace liners. Remove trash to proper disposal area. Dust all desks, countertops, bookcases, windowsills, etc. Spot clean interior doors and any partition glass. Spot wash to remove smudges, marks and fingerprints for doors, walls and casings. Vacuum all carpeting, entrance rugs, and sweep tile flooring. Remove all cobwebs from ceiling area and light fixtures. Damp mop all tile flooring and all plastic chair mats on carpeting. Bathrooms will be cleaned as noted. Clean, sanitize and polish toilet bowls, urinals, sinks and all surrounding areas. Clean all mirrors. Fill toilet paper, hand towels and soap dispensers as needed. Vacuum and mop all flooring. Holding Cells will be cleaned as follows. Clean and sanitize toilet bowls and hand basins. Fill toilet paper dispensers as needed. Vacuum and mop all tile flooring. Spot wash partition glass. Contractor is responsible for the securing of all doors and windows upon exiting building if last ones to leave premises. Contractor must report any irregularities to proper authorities. Contractor will provide all labor, supervision, equipment, cleaning supplies and paper products. The contractor shall provide janitorial services at the service location twice per week. Facility is approximately 2227 Square Feet A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offers Commercial Items; FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: The government will evaluate the proposals based on: (a) Technical Capability. (b) Past Performance, (c) Price. Technical Capability and Past Performance when combined are equal to price. FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41, Service Contract Act of 1965; FAR 52.225-1, Buy American Act; FAR 52.225-13, Restriction of Certain Foreign Purchases; FAR 52.232-18 Availability of Funds; FAR 52-232-19, Availability of Funds for the Next Fiscal Year; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov/far. Offers in response to this combined synopsis/solicitation are due not later than Friday, 15 March 05, 2:00 p.m., Pacific time at: Customs & Border Protection, El Centro Sector Headquarters, 1111 N. Imperial Avenue, El Centro, CA 92243 Attn: Cindie Walker. Firms offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition, please contact Cindie Walker at 760-352-3241 x163 or email, cindie.walker@dhs.gov. Quoters are requested to submit quotes via e-mail, however, facsimile copies are acceptable at 760-335-3418. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/USCS/PDDC20229/ELC-05-013/listing.html)
 
Place of Performance
Address: U.S. Border Patrol High Peaks Checkpoint North Hudson, New York
Zip Code: 12855
Country: U.S.
 
Record
SN00761537-F 20050304/050302214541 (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.