SOURCES SOUGHT
S -- CUSTODIAL SERVICES (INCLUDING RESEARCH LABORATORIES)
- Notice Date
- 10/27/2006
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-AG-1920-07
- Response Due
- 11/14/2006
- Archive Date
- 12/31/2007
- Description
- This is a Market Survey and Request for Literature to locate potential sources to furnish and deliver Custodial Services for the USDA, ARS, Foreign Disease Weed Science Research Unit (FDWSRU) in Ft. Detrick, Maryland. FDWSRU is operated by the United States Department of Agriculture (USDA) for the study of foreign plant diseases. It is comprised of two laboratory and office buildings with are attached to greenhouses, building 1301 and building 374 for a total of 28,100 square feet. Building 374 is primarily a containment facility for all types of plant pathogens and represents the highest level of biosafety for plant disease research. The facility was designed for containment of living microbial propagules. Access to the facilities is limited through showers or autoclaves. The need to contain pathogenic plant material means certain rules and procedures are in place to govern activities within the facility, including movement of personnel and material in and out of the building. Strict adherence to all rules and procedures regarding conduct on Federal Property is mandatory. Features of the BSL-3 facility include locked double-door entry into containment, negative air pressure inside the containment area, collection and sterilization of all waste water, sterilization procedures for tools, instruments, and supplies to be removed from containment, and exit showers for personnel. The facility is for the containment of plant pathogens, which are not harmful to humans. The features described are to prevent the escape of these pathogens, which may attack crop plants and cause serious damage to U.S. agriculture. The Contractor will be required to sign a Pre-Entry Agreement. NOTE: All Contractor employees assigned to this contract must successfully pass a Credit Check and a Criminal Background Check performed by the Contractor before referral to ARS. In addition, employees assigned to this contract require a Special Agreements Check (SAC) and Limited Background Investigation ((LBI) clearances by ARS prior to obtaining a full clearance to work at this facility. The ARS paperwork includes: Special Agreement Checks (SAC) OFI Form 86C, Questionnaire for Public Trust Positions (SF-85P), Fingerprint Cards (2 ea-SF-87), Declaration for Federal Employment (OF-306), Fair Credit Release Form and Optional Application for Federal Employment, OF-612. SUCCESSFUL CLEARANCES ARE REQURIED AND ARE A CONDITION FOR CONTRACT CONTINUANCE. The Government shall only pay for up to three USDA security clearances through the entire contract performance. The Contractor shall furnish all necessary labor, supervision, transportation, supplies and equipment (except as otherwise provided) to provide custodial services to maintain this facility in a clean a sanitary manner at all times. Services shall apply to all designated spaces including, but not limited to, corridors, entrances, lobbies, hallways, offices, conference rooms, lunchroom, restrooms, research laboratories (including those in the containment area), elevators, windows, and floors. The Contractor shall plan, schedule, coordinate and assure effective performance of all services described in the statement of work. Standard services also include trash removal and reporting requirements. Non-Standard services include Semi-Annual Window Cleaning, Semi-Annual Bathroom Ceramic Tile Floor Stripping and Resealing, and Tile Floor Stripping and Rewaxing/Buffing. Additional carpet cleaning and other services may be required on an as needed basis. Delivery shall be daily, weekly, bi-weekly, monthly, quarterly, semi-annually or annually depending on the specifications and performance work statement. FOB Destination to the USDA, ARS, FDWSRU, 1301 Ditto Avenue, Ft. Detrick, MD 21702-5023 in accordance with the delivery schedule. Hours of cleaning is typically Monday, through Friday, 8:00 a.m.-4:30 p.m. (unless otherwise approved), excluding Federal Holidays. Some evening and weekend/holiday work may be required (i.e., non-standard services and other services). NOTE: All supplies provide by the Contractor must be environmentally friendly and manufactured in a designated country, a Caribbean Basin Country, or a NAFTA country (United States, Canada, and Mexico). Only products manufactured in approved countries will be allowed. A listing of designated countries and Caribbean Basin Countries may be found at the following website: http://www.arnet.gov/far/ Subpart 25.4, Trade Agreements. The USDA-ARS-FDWSRU desires the best possible janitorial service maintenance company using a performance based service contract. The USDA-ARS will use the information submitted in response to this notice to determine: 1) Whether or not use of competitive procedures; 2) Whether a firm, fixed price performance based service contract can be issued to fulfill this requirement; 3) If we have sufficient competition for a Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 561720 and the size standard is $15.0 Million. This procurement will be awarded utilizing FAR Parts 12 and 15. For informational purposes this contract is a follow-on to contract number 43-3615-6-0035 with Global Services. The new contract's performance period is expected to be a base year plus four (4) one year option periods. The total performance period shall not exceed five (5) years. Continuation of any option period will be based on satisfactory performance. Payments shall be made by either the electronic funds transfer method or by a Government Visa credit card based on monthly invoicing. Firms responding to this sources sough synopsis should include the following: 1) At least three (3) past performance references including the name of organization to whom the services were provided, size of facility cleaned, total contract amount, period of contract performance, name and telephone numbers of individuals to contract for past performance references, an indication of what services will be performed daily/weekly, monthly, quarterly, semi-annual and annual along with a list of the supplies/materials used during the performance of this work by listing of sizes, quantities, etc. The performance list should include similar services (including custodial services for research laboratories). In addition, the capability statement shall include the following: 2) Fully explain the processes and procedures to be used by their company in cleaning our facility including an indication of what services will be performed and when, along with a list of the supplies/materials used during the performance of this work. The supplies/materials list should include item description, sizes, quantities, cost, etc. Identify the number of employees required to work on the project. 3) Identify if you currently hold a security clearance. Information shall include type of clearance, name of agency who obtained it, their contact point name and phone number, expiration date, employee name, etc.), as well as any other applicable information, etc. 4) Personnel and Training: The capability statement should clearly and explicitly demonstrate that the vendor has qualified personnel (especially management personnel who possess the requisition experience/training, etc. to effectively manage this type of project. Copies of resumes of proposed management personnel should also be provided. Additionally, the specific information should be included in the capability statement which demonstrates that the firm has a training program which documented and satisfies all OSHA, Agency and standard business requirements for housekeeping training and research laboratory housekeeping. The training program should include developmental training for both line employees and management personnel. Describe how your firm obtains, trains and manages staff over a short period of time and how adequate staffing is ensured when there is a high turnaround of the employees. Describe all the various types of training provided to your staff, including the specialized training required for cleaning of occupied research laboratories. Copies of training polices are not required at this time. 5) Describe your organizations policies and procedures cleaning in Containment facility. 6) Provide detailed information that clearly demonstrates the ability of your firm to perform multiple cleaning functions in multiple locations and to clean a large facility (multiple floors and buildings). This description should also include your procedure for managing staff under potentially very short timeframes for the completion of work in these multiple areas. 7) Any other information that will serve to document the company's capability such as awards, commendations, training certificates for assigned personnel, etc. 8) Specifically indicate whether the company is a small business, small disadvantaged business, veteran owned, women-owned, or an SBA certified HUBZone or 8a firm. If the product literature does not clearly address any of the required items, offeror's must provide this information on company letterhead addressing each item. In addition, please provide company name, address, contact person and telephone number for questions pertaining to submitted literature and the person and telephone number of where any resulting Request for Quotation (RFQ) should be sent. Current GSA/FSS contract holders must provide a copy of their current GSA/FSS price list with their literature. Literature is to be provided at no charge and will not be returned. Please send the requested information to be evaluated to the following address: USDA, ARS, NAA Contracting Office, 600 E. Mermaid Lane, Wyndmoor, PA 19038, Attn.: L. Botella. Submissions must be received not later than by November 14, 2006. Any questions or concerns regarding this announcement should be forwarded in writing via e mail to the Contracting Officer. Contractors must be registered in the Central Contractor's Registration Website at http://www.ccr.gov/ and the On-Line Representations and Certifications Application (ORCA) Website http://orca.bpn.gov/ upon submission of the proposal if not earlier. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. Any proprietary information should be so marked. THIS IS NOT A REQUEST FOR PROPOSALS AND THERE IS NOT SOLICITATION DOCUMENT AVAILABLE.
- Place of Performance
- Address: USDA, ARS, FDWSRU, 1301 Ditto Ave., Ft. Detrick, MD
- Zip Code: 21702
- Country: UNITED STATES
- Zip Code: 21702
- Record
- SN01171947-W 20061029/061027220236 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |