SOLICITATION NOTICE
S -- One-time Janitorial Services
- Notice Date
- 8/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-07-Q-0047
- Response Due
- 8/10/2007
- Archive Date
- 10/9/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation for the purchase of commercial service, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only s olicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0047 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2005-18 and DCN 20070802. This requirement is 100% set aside for small business with a NAICS Code of 561720, Janitorial Services, and a corresponding size standard of $15M is applicable. The description of the com mercial service is one-time building cleaning service, Fort Lewis, WA and reads as follows: CLIN 0001: 7,213 square feet, Room Cleaning for 3rd Floor of Building 2019 (per the performance work statement published as a separate attachment). CLIN 0002: 2 each, Latrine Cleaning for 3rd Floor of Building 2019 (per the performance work statement published as a separate attachment). CLIN 0003: 3,030 square feet, Room Cleaning for 1st Floor of Building 2019 (per the performance work statement published as a separate attachment). CLIN 0004: 2 each, Latrine Cleaning for 1st Floor of Building 2019 (per the performance work statement published as a separate attachment). CLIN 0005: 23,285 square feet, Room Cleaning for 3rd Floor of Building 2021 (per the perfo rmance work statement published as a separate attachment). CLIN 0006: 36 each, Latrine Cleaning for 3rd Floor of Building 2021 (per the performance work statement published as a separate attachment). CLIN 0007: 36 each, Appliance Cleaning for 3rd Floor of Building 2021 (per the performance work statement published as a separate attachment). CLIN 0008: 23,285 square feet, Room Cleaning for 2nd Floor of Building 2021 (per the performance work statement published as a separate attachment). CLIN 0009: 3 6 each, Latrine Cleaning for 2nd Floor of Building 2021 (per the performance work statement published as a separate attachment). CLIN 0010: 36 each, Appliance Cleaning for 2nd Floor of Building 2021 (per the performance work statement published as a sepa rate attachment). CLIN 0011: 23,285 square feet, Room Cleaning for 1st Floor of Building 2021 (per the performance work statement published as a separate attachment). CLIN 0012: 20 each, Latrine Cleaning for 1st Floor of Building 2021 (per the performa nce work statement published as a separate attachment). CLIN 0013: 18 each, Appliance Cleaning for 1st Floor of Building 2021 (per the performance work statement published as a separate attachment). CLIN 0014: 4,818 square feet, Room Cleaning for 2nd F loor of Building 2019 (per the performance work statement published as a separate attachment). CLIN 0015: 2 each, Latrine Cleaning for 2nd Floor of Building 2019 (per the performance work statement published as a separate attachment). CLIN 0016, 1 each, Services Contract Manpower Report Requirement. Both documents are available as an attachment to this Combined Synopsis/Solicitation at http://www.us.army.mil/doc/. Commencement of work will be coordinated throught the Fort Lewis Directorate of Public Wo rks; however, all work must be completed and the building ready to occupy no later than 28 August 2007. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsibl e quoter with acceptable or neutral past performance. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.us.army.mil/doc / (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Provision 52.212-1, Instructions to Offerors-Commercial Items, app lies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.us.ar my.mil/doc/. IAW AFARS 5101.602-2, Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis - Fast Access Gate Program, local clause-52.111-4132, Identification of Contractor Employees - Fas t Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Addendum to Clauses 52.111-4131, 52.111-4132 reads as follows: Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manager; info@rapidgate.com or mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by co ntacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. Quoters are required to submit completed copies of the provis ions at FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Item s, 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 acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.219-6, 52.222-3, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41 and 52.222-42. FAR clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation is applicable to this ac quisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and 252.232-7003. Wage Determina tion 2005-2567, Revision No. 4 applies. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov /far. Telephonic inquires will not be accepted. Any questions regarding this combined synopsis/solicitation shall be emailed to the below point of contact. Q uotes are due on 10 August 2007 at 10:00:00 A.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and F ederal Tax ID number to Major John Cooper, john.m.cooper@conus.army.mil, 253-966-3478. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be ava ilable for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc/ and at Federal Business Opportunities. Numbered note 1 applies to this procurement (see www2.fbo.gov/numbered_notes.html).
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN01363408-W 20070808/070806221358 (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 |