SOLICITATION NOTICE
99 -- Data Center Sterile Cleaning
- Notice Date
- 5/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- F2VUJ00109AC02
- Archive Date
- 6/5/2010
- Point of Contact
- Alyson Gowin, Phone: 813-828-0486
- E-Mail Address
-
alyson.gowin@macdill.af.mil
(alyson.gowin@macdill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial product 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 solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is F2VUJ00109AC02. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Sterile Cleaning of approximately 11,274 square feet of DATA CENTERS, critical environment requiring use of HEPA/ULPA vacuum, microfiber cloths, and anti-static solutions. DESCRIPTION OF REQUIREMENT: USSOCOM Data Center Cleaning General: • All Areas must be cleaned using HEPA/ULPA vacuum equipment with static/sound suppression (triple filtered equipment preferred). Systematic lifting of accessible access floor tiles in a safe checkerboard pattern using line-flow techniques from one side of the room to another removing all contaminants. • Microfiber cloth wiping undersides of accessible laminate tiles. • Static-dissipative wipe down of all equipment using Chemical solutions including wipe down of exterior glass and monitor screens inside the areas to be clean. • All chemicals must be anti static and approved for enclosed environments. • Removal of debris trapped under floor, in tile joints and in perforated tiles. • Cleaning of top-of-floor surface with HEPA/ULPA vacuuming followed by chemical application of anti-static, access-floor-approved solution and detailed manual agitation of accessible floor surfaces using tech-scrubs to remove/reduce unsightly marks/scuffs and trapped particulate. • HEPA/ULPA vacuum accessible wall surfaces as needed followed by anti-static chemical application and wipe with microfiber cloths. • All work will take place during regular working hours - Monday thru Friday 7:30AM - 4:00PM. Escort will be provided. • Areas to be cleaned and requirements: Data Center 1- 4,895 sq ft Data Center cleaning of sub-floor. Top of access floor. Bottom of access floor. Exterior of all equipment. Servers. Racks inside and out. Cabinets. Wall cleaning, from false ceiling to true floor Data Center 2- 4,201 sq ft Data Center cleaning of sub-floor. Top of access floor. Bottom of access floor. Exterior of all equipment. Servers. Racks inside and out. Cabinets. Wall cleaning, from false ceiling to true floor SCAMPI Room-958 sq ft Data Center cleaning of sub-floor. Top of access floor. Bottom of access floor. Exterior of all equipment. Servers. Racks inside and out. Cabinets. Wall cleaning, from false ceiling to true floor Red Switch Room- 1220 sq ft Data Center cleaning of sub-floor. Top of access floor. Bottom of access floor. Exterior of all equipment. Servers. Racks inside and out. Cabinets. Wall cleaning, from false ceiling to true floor Deliverable Reports: 1.) Complete list of all Employees that will be onsite 7 days from award to include: Name, SSN, birth date, place of birth, driver license # and state of issuance. 2.) MSDS for all Chemicals to be used on site within 10 Days from award. 3.) Environmental report to include: Observations, recommendations, particulate count, airflow quality, temperature, and humidity of the data center environment. 1 report required for each area to be cleaned for a total of 4 reports. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40 effective 22 April 2010, DFAR DCN 20100507 and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) 561720, Janitorial Services. The Standard Industrial Classification (SIC) is 7349. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made in accordance with the following clause: 52.212-2 -- Evaluation -- Commercial Items. Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement - offeror shall submit detailed specifications as to how they will meet all requirements listed above to include methods, equipment, and cleaning solutions that will be used. Also experience related to preparing environmental reports for this type of cleaning shall be listed. (ii) price - firm fixed price, for only one cleaning, not a recurring requirement (iii) past performance (see FAR 15.304); - offeror shall submit at least 3 references. References will be checked for recency and relevancy. Work should have been accomplished within the last 5 years. Technical and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Offerors not meeting all requirements necessary in this solicitation will be considered non-responsive and will not be considered for award. DELIVERY ADDRESS: The software is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-6, Total Small Business Set-Asides, FAR 52.219-28, Small Business Representations, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-41 Service Contract Act; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications; 252.204-7004 (Alt 1), Required Central Contractor Registration; 252.232-7010, Levies on Contract Payments. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 21 May 2010 by 2:00 PM EST. Submit offers or any questions to the attention of Alyson Gowin 6CONS/LGCB by email to alyson.gowin @macdill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ00109AC02/listing.html)
- Place of Performance
- Address: MacDill AFB, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02147923-W 20100514/100512235304-a8d5b6fe0c7e941422932658e953b513 (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 |