SOLICITATION NOTICE
S -- Cleaning/Janitorial Services of Headquarters, Visitor Center, Campground Areas for Wichita Mountains Wildlife Refuge, Indiahoma, Oklahoma
- Notice Date
- 7/20/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracting and General Services U.S. Fish & Wildlife 500 Gold Avenue SW, Room 5108 Albuquerque NM 87102
- ZIP Code
- 87102
- Solicitation Number
- 201817Q022
- Response Due
- 8/17/2007
- Archive Date
- 7/19/2008
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Fish and Wildlife Service, Wichita Mountains Wildlife Refuge, intends to procure cleaning/janitorial services. This is a combined synopsis/solicitation for commercial item services prepared in accordance with the format 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 Request for Quote and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17. This solicitation is set aside for small business, NAICS 561320, Janitorial Services, with a small business size standard of $14.0 million average annual gross receipts for the past three years. The Government intends to award a firm-fixed price contract under Solicitation/Request for Quotes 201817Q022. The contract provides for one-year base period and two one-year options to renew. SCOPE OF WORK: 1. LOCATION: The Wichita Mountains Wildlife Refuge is located in the County of Comanche, State of Oklahoma, and 20 miles northwest of Lawton, Oklahoma. 2. SCOPE OF WORK Part I The Contractor shall furnish all supervision, administration and management of personnel, specified supplies, vehicle and fuel necessary to provide all of the services required for the general cleaning and maintenance of all restrooms located throughout the Refuge. Contractor shall perform all work as specified. Contractor shall be verbally notified of any performance deficiencies and shall correct such deficiencies within 24 hours of notification. Refuge areas covered under this procurement: Sunset Picnic Area 2 - Men's restrooms 2 - Women's restrooms Fawn Creek Youth Campground 1 - Men's restroom 1 - Women's restroom Lost Lake Picnic Area 1 - Men's restroom 1 - Women's restroom Boulder Picnic Area and Group Cabin 2 - Men's restrooms 2 - Women's restrooms Mount Scott Picnic Area 3 - Men's restrooms 3 - Women's restrooms Elmer Thomas Parking Area 1 - Men's restroom 1 - Women's restrooms Restrooms The interior of restrooms are to be cleaned with a germicidal disinfectant deodorizing cleaning agent to maintain a clean, fresh smelling and sanitary appearance. The Government will furnish a pumper unit to wash out toilets/restrooms as needed. The Contractor shall ensure sufficient supplies of toilet paper are provided at each restroom. One pint of hydrated lime will be placed weekly in each pit type toilet. Septic Vault Tank Waste Disposal The Contractor shall be responsible for notifying the COR when septic/vault tank waste removal is required. Fluid and/or solid level readings shall be taken monthly. When fluid and/or solid level is one (1) foot below ceiling of tank, Contractor will notify COR. The COR will then solicit the services of a waste removal contractor. Water Water required for cleaning may be obtained from Government water supply systems or from other sources approved by the COR. The Government will furnish a trailer-mounted gasoline-powered pumper unit to load, contain and transport water for cleaning and shall provide a sufficient amount of water to clean facilities to the satisfaction of the COR. Trash and Litter Pick-up Patrol areas to pick up and dispose of trash and litter along sidewalks, parking lots, immediate roadways, and within picnic or camping area. Part II The Contractor shall furnish all supervision, administration and management of personnel, specified supplies, and provide all of the services required for the general cleaning and maintenance of Refuge buildings as listed below. Contractor shall be verbally notified of any performance deficiencies and shall correct such deficiencies within 24 hours of notification. A. Headquarters Office Building - Approximately 3,200 SQ ft Offices Entrance Foyer and Front Desk Area Corridors 1 1 - Men's restroom 1 - Women's restroom B. New Visitor Center 1. 12,740 SQ ft of carpet 2. 770 SQ ft of concrete in storage area 3. 700 SQ ft of tile in the restrooms 4. 430 SQ ft of carpet in the alcove 5. 360 SQ ft of rubber floors in the Discovery Room Requirements - Cleaning of Restrooms Restrooms The requirements described below apply to restrooms, which are contained within the Headquarters and Visitor Center buildings. Toilet fixtures, urinals, walls, waste receptacles, sinks, and floors shall be cleaned with a germicidal disinfectant deodorizing cleaning agent to maintain a clean, fresh smelling and sanitary appearance. All soap, lime and mineral deposits shall be removed from floors, walls, fixtures, partitions, sinks, mirrors, etc. All items cleaned shall be washed, dried, and polished to a streak and spot free shine. Floors shall be swept, mopped and squeegeed dry after each washing. The Contractor shall install a supply of toilet tissue, waste receptacle liners, liquid germicidal soap, paper towels, etc. General Cleaning of other than restrooms: Cleaning shall include gathering of all trash collected in waste receptacles in each room, emptying trash from waste receptacles into dumpsters; cleaning floors and baseboards to include: sweeping, mopping, waxing and buffing of inlaid areas, vacuum cleaning of carpeted flooring; dusting of venetian blinds; glass surfaces in the foyer and lobby areas shall be cleaned to a streak and spot free finish. Mopping will include wet-mopping and scrubbing with cleaning solution, dry mopping to remove soiled water, re-mopping with clean water, and finally, dry mopping with clean rinsed mop. Cleaning of Exterior Porches/Walks Exterior porches and sidewalks shall be kept free of litter. C. CLEANING SCHEDULE Contractor shall perform cleaning per above specifications as follows: For Areas Described in PART I Summer Period from March 1 through October 31 On Monday (preferably) or Tuesday perform a thorough cleaning of restrooms. On Thursday or Friday (preferably) perform a recheck, touch up and restock as needed, to ensure cleanliness and availability of toilet tissue for weekend visitors. Winter Period from November 1 through February 28 On Monday or Tuesday perform a thorough cleaning of restrooms. For Areas Described in PART II Headquarters Office Building (A) shall be cleaned once a week. Hours and access shall be agreed upon by Contractor and COR. Visitor Center (B) shall be cleaned once a week, Monday through Thursday. An additional cleaning and restocking of the Visitor Center restrooms will be completed after 4:00 p.m. on Friday, but prior to 10:00 a.m. on Saturday. Additional Requirements: (Both Part I and Part II) The contractor shall verbally report in a timely manner all defects including but not limited to, burned out lights, broken windows, graffiti, and problems with government furnished supplies to the COR. Repairs will be made by the Refuge Maintenance Staff. D. CONTRACT PERIOD The period of this contract shall be for a period of one (1) year, beginning October 1, 2007. The Contractor may, at the discretion of the Contracting Officer, be relieved in whole or in part of any or all of the obligations of this contract for such periods as the Contracting Officer may deem proper. Written documentation must show circumstances beyond the control of Contractor warranting such relief. The Contracting Officer will then determine if such action is in the best interest of the United States. E. SUPPLIES, MATERIALS, EQUIPMENT The Government will furnish the supplies, materials and equipment for use in accomplishing this contract as follows: 1. High pressure slip on pump unit, gasoline operated, trailer mounted 2. Locked storage facilities sufficient for all items listed. The Contractor shall be responsible for the prevention of waste, pilferage, loss and misuse of furnished supplies, materials and equipment. The Contractor shall furnish the supplies for use in accomplishing this contract as follows: 1. Pickup truck or vehicle capable of towing pumper unit & trailer. 2. Disinfectant/cleaning solutions/liquid germicidal soap 3. Vacuum/Buffer 4. Toilet paper/paper towels 5. Trash bags 6. Glass Cleaner 7. Rubber gloves, cleaning sponges/rags 8. Wax 9. Brooms, mops/mop buckets 10. Hydrated lime 11. Trash and litter pick-up equipment F. COOPERATION The Contractor shall observe and comply with all municipal, county, State and Federal laws and regulations applicable to the visitors of refuge facilities. G. BILLING The Contractor shall submit an original invoice to the COTR at the Refuge Headquarters at the end of each month, detailing services performed. The COTR will verify services received and recommend payment to the CO for approval. The CO will forward invoice to the Denver Finance Center for payment. H. PREWORK MEETING This meeting shall be held at the Refuge Headquarters after award of this contract and prior to the beginning of work, at a time mutually agreeable to the Contractor and the CO or COTR. Prior to this meeting, the Contractor shall submit for approval of the CO the following items: 1. A list of the vehicle(s), identified by license numbers, to be used. 2. A list of employees, who will be working for the Contractor, including their address and telephone numbers. 3. Number of keys required 4. Certificate of Insurance I. DEFINITIONS Contractor shall mean the Contractor and his employees, agents, lessees, sublessee, and the successors disinterest of the Contractor. Contracting Officer (CO) shall mean the warranted procurement official whose signature appears on this procurement. Contracting Officer's Representative (COR) shall mean the individual who will inspect work performed by the Contractor. Contracting Officer's Technical Representative (COTR) shall mean the Refuge Manager, Wichita Mountains Wildlife Refuge, or another individual so designated by the CO. Services shall mean any and all services pertaining to the maintenance of buildings, grounds and facilities described and permitted by this Agreement. Quantities of supplies shall mean the amount of stocks and provisions to adequately maintain the facilities at U.S. Fish and Wildlife Service Maintenance Standards. Amounts of and measurements of facilities identified for maintenance in this contract shall mean only approximate. The overall determining factor as it concerns amounts and measurements will be determined by the facilities in place and on the ground. Emergency shall mean any sudden occurrence demanding immediate action as determined by the COR. Supplies shall mean stock required to do or perform the job and shall be furnished by the Government or the Contractor as specified. Supplies do not become a part of an object, but rather are stocks used up to complete a job. For example, cleaning agents, cleaning rags, etc., are considered to be supplies. J. QUALITY CONTROL The COR will monitor the work performance of the Contractor with inspections and spot checks. The COR will complete a Contract Work Performance Checklist and Summary Sheet, attachment 2, on each inspection. The Contractor will be provided a copy of the completed inspection sheet. The Contractor will notify the Refuge of any defective toilet paper dispensers, toilets, grip bars; or any safety hazard. The Contractor shall be given verbal notice of deficiencies. The Contractor shall correct deficiencies within 24 hours of notification. Continual failure of unsatisfactory or nonperformance according to specifications shall be documented in writing to the Contractor. Contractor's failure to correct deficiencies within 10 days after receipt of written notice is justification to terminate the contract according to FAR 52.212-04, Default (Fixed-Price Supply and Service) (APR 1984). SITE VISIT: For an on-site walk-through, please call Refuge Manager, Jeff Rupert for an appointment 580-429-3221. SUBMIT QUOTES AS FOLLOWS: Quote a per week price to provide the janitorial and related services described herein. A. First Year Performance Period (Start Work Date for 12 Months) PART I Cleaning and restocking of Restrooms: (Seasonal Schedules) 001. Summer : 8 Months @ $ _________ per week x 35 weeks = $_____________ (complete cleaning + 1 recheck/reclean per week) 002. Winter: 4 Months @ $ _________ per week x 17 weeks = $____________ (one complete cleaning per week) PART II Year-round cleaning of Refuge Headquarters Office Building: 003. 12 Months @ $ __________ per week x 52 weeks = $_____________ (one complete cleaning per week) Year-round cleaning of Refuge Visitor Center: 004. 12 Months @ $ __________ per week x 52 weeks = $_____________ (one complete cleaning, including restroom, per week and one additional complete restroom cleaning per week, see Cleaning Schedule) B. Second Year Performance Period (Second 12-Month Period) - Option Period 1 PART I Cleaning and restocking of Restrooms: (Seasonal Schedules) 001. Summer: 8 Months @ $ _________ per week x 35 weeks = $_____________ (complete cleaning + 1 recheck/reclean per week) 002. Winter: 4 Months @ $ _________ per week x 17 weeks = $____________ (one complete cleaning per week) PART II Year-round cleaning of Refuge Headquarters Office Building: 003. 12 Months @ $ __________ per week x 52 weeks = $_____________ (one complete cleaning per week) Year-round cleaning of Refuge Visitor Center: 004. 12 Months @ $ __________ per week x 52 weeks = $_____________ (one complete cleaning, including restroom, per week and one additional complete restroom cleaning per week, see Cleaning Schedule) C. Third Year Performance Period (Third 12-Month Period - Option Year 2 PART I Cleaning and restocking of Restrooms: (Seasonal Schedules) 001. Summer: 8 Months @ $ _________ per week x 35 weeks = $_____________ (complete cleaning + 1 recheck/reclean per week) 002. Winter: 4 Months @ $ _________ per week x 17 weeks = $____________ (one complete cleaning per week) PART II Year-round cleaning of Refuge Headquarters Office Building: 003. 12 Months @ $ __________ per week x 52 weeks = $_____________ (one complete cleaning per week) Year-round cleaning of Refuge Visitor Center: 004. 12 Months @ $ __________ per week x 52 weeks = $_____________ (one complete cleaning, including restroom, per week and one additional complete restroom cleaning per week, see Cleaning Schedule) Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. Applicable FAR clauses are incorporated by reference: Instructions to Offerors-Commercial Items 52.212-1; Evaluation-Commercial Items 52.212-2; Offeror Representations and Certifications 52.212-3; Contract Terms and Conditions-Commercial Items 52-212-05; Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.212-5. Probition of Segregated Facilities 52.222-21; Equal Opportunity 52.222-26; equal opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Disabilities 52.222.36; Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans 52.222-37; Service Contract Act of 1965, as amended 52.222-41; Statement of Equivalent Rates for Federal Hires 52.222-42; Restrictions on Certain Foreign Purchases 52.225-13; Installment Payments for Commercial Items 52.232-30; Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-33. In accordance with 52.204-7 Central Contractor Registration (CCR), all contractors must be registered with the CCR. The above clauses may be viewed on the web site: www.arnet.gov/far. The following evaluation process is used in accordance with 52.212-2: Past performance and price, trade off process, best value for the Government. Price is approximately equal to past performance in importance. References are requested, see 52.212-1(10). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTE FOR CONDERATION. All offers must be signed. WAGES: The work of this contract is subject to the Service Contract Act. Employees must be paid the minimum hourly wage identified in determination no. 2005-2525 for Comanche County, Oklahoma dated 6/15/2007. The full text of this determination may be obtained from the contracting officer and is also available at www.wdol.gov. OFFERS ARE DUE ON AUGUST 17, 2007 AT 4:30PM. Offers may be submitted on letterhead or the Standard Form 1449, and must include, Company Name; Company Address; Tax payer identification number; DUNS number; Business Size: ____Large _____Small; phone number and address of your point of contact, a completed copy of FAR 52.212-3, and the proposed submittals described above. Submit two (2) proposals to: U.S. Fish and Wildlife Service, Division of Contracting & General Services, Attn: Lisa Rodriguez, 500 Gold Avenue, SW, Room 5108, Albuquerque, New Mexico 87102. Amendments to this solicitation will be posted to the FWS electronic commerce website (https://ideasec.nbc.gov).
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144852&objId=364016)
- Place of Performance
- Address: U.S. Fish and Wildlife Service, Wichita Mountains Wildlife Refuge, 32 Refuge Headquarters, Indiahoma, Oklahoma (Comanche County).
- Zip Code: 73552
- Country: USA
- Zip Code: 73552
- Record
- SN01348350-W 20070722/070720224616 (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 |