Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2012 FBO #3879
SOLICITATION NOTICE

S -- JANITORIAL SERVICES - SOW

Notice Date
7/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199, United States
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-13-Q-5PTH01
 
Archive Date
8/11/2012
 
Point of Contact
Angel L. Pol, Phone: (757) 483-8541, Edna L. Daniels, Phone: (757) 483-8555
 
E-Mail Address
angel.pol@uscg.mil, edna.l.daniels1@uscg.mil
(angel.pol@uscg.mil, edna.l.daniels1@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Work, FAR Clauses & Wage Rates. This is a combined synopsis/solicitation for commercial items 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. HSCG27-13-Q- 5PTH01 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-58. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 561720 The small business size standard is $16.5M. The FOB Destination delivery is to: USCG Air Station Atlantic City, FAA Technical Center, Building 350, Atlantic City International Airport, Egg Harbor Township, New Jersey, 08234 on or before 01 October, 2012. Offers are due at USCG Base Portsmouth, VA, by the Close of Business on July 27, 2012. Questions may be directed to Angel Pol, telephone (757) 483-8555 or email: angel.pol@uscg.mil Unit POC for technical questions or to arrange a site visit: CWO3 Richard Sambenedetto @ (609) 677-2017 The USCG Base Portsmouth has a requirement to purchase an option year service maintenance agreement, base plus 4 option years, to provide janitorial services at USCG Air Station Atlantic City, NJ. 1. a. Items to be completed daily (Monday - Friday): i. Clean all duty rooms (243, 240, 239, 238, 237, 236, 206, 209, 210, 211, 212, 236, 266), officer and enlisted locker rooms (213, 225, 219/222, 244, 247), and cleaning gear room (room 202) located on the second floor. Cleaning will include the following: empty trash containers, sweep and mop all tile floors, scrub stains from tile floor, vacuum carpet, clean all stainless steel surfaces, dust all horizontal surfaces to include window sills and door trim, clean and disinfect all shower stalls, sinks, toilets, toilet stalls and urinals. ii. Clean the Wardroom (room 215), Chief's Mess (room 251) and Crew's Mess (room 250). Cleaning will include the following: empty all trash containers, sweep all tile, linoleum, and hardwood floors, scrub stains from tile floor, clean all horizontal surfaces to include window sills and door trim, tables, sinks, stovetops, seating, and countertops. iii. Clean the ESD room (room 228). Cleaning will include the following: empty all trash containers and sweep and damp mop tile floor. iv. Clean the Fitness room (room 111) on Fridays between the hours of 0830 and 1030. Cleaning will include the following: empty all trash containers, clean all horizontal surfaces to include window sills and door trim, vacuum, sweep and mop mat flooring. Do not move any weights or equipment. All mirrors in Fitness room to be cleaned and streak free. v. Clean the OPCEN restroom (room 269). Cleaning will include the following: empty all trash containers, sweep and mop tile floor, scrub stains from tile floor, clean and disinfect toilet, sink, clean walls, mirrors, and all stainless steel surfaces. vi. Clean the OPCEN. Cleaning will include the following: empty all trash containers and vacuum carpet. vii. Clean second floor bridge (room 231) and hallway to OPCEN. Cleaning will include the following: vacuum carpet in hallways, cleaning windows and window sills. viii. Clean second floor ice machine area. Cleaning will include the following: sweep and mop tile floors, scrub stains from tile floor, clean horizontal and all stainless steel surfaces. ix. Replenish supplies in all duty rooms, locker rooms, restrooms, Wardroom, Chief's Mess, and Crew's Mess. Room numbers to be replenished are 211, 212, 213, 225, 206,209/222, 210,219, 237, 238, 239, 240, 243, 244, 247, and 269. All trash collected will be removed from the building and placed in one of the available dumpsters. x. Items to be completed Monday, Wednesday and Friday: 1. Clean exterior of all microwaves in the following spaces: Wardroom (room 215), Chiefs Mess (room 251), and Crew's lounge (room 250). 2. Clean exterior of all appliances. 3. Sweep and wet mop with disinfectant cleaner the tile and linoleum floors in the locker rooms (213, 225, 210, 222, 244 and 247), restrooms (213, 225, 210, 222, 244, and 247), Wardroom (room 215), Crew's lounge (room 250), OPCEN restroom (room 269) and ESD room (room 228), and cleaning gear room (room 202). 4. Wipe down any marks found on walls and doors in Wardroom (room 215), Chief's Mess (room 208), Crew's Mess (room 250), duty rooms (243, 240, 239, 238, 237, 236, 209, 210, 211 and 212), locker rooms (213, 225, 210, 222, 244, and 247), hallways, and cleaning gear room (room 202). 5. Clean any build up of dirt and grime along the dados (baseboards) and corners. b. Items to be completed the third Tuesday of each month: 1. Remove, wipe down and reinstall all ceiling vents in the following spaces: Wardroom (room 215), Chief's Mess (room 251), Crew's Mess (room 250), all duty rooms identified in Section 1.a.i and second floor common areas. 2. Clean up any debris that may have fallen from the vent removal. c. Items to be completed on the third Thursday of each month: 1. Remove, wipe down and reinstall all ceiling vents in the following spaces: locker rooms identified in Section 1.x.3 and restrooms identified all duty rooms. 2. Clean up any debris that may have fallen from the vent removal. 3. Wipe down with disinfectant the tops of all lockers. d. Fixture cleaning summary: 1. Total number of sinks - 24 2. Total number of toilets - 19 3. Total number of showers - 20 4. Total number of urinals - 4 2. All cleaning supplies, materials, and equipment need to complete the job will be provided to the contractor and must remain on site. Any additional materials or equipment needed to complete the job must be routed to the designated contracting officer's QAE representative and Point of Contact for this project. Quote each year separately: Base Year: 10/1/12 - 9/30/13 Option Year 1: 10/1/13 - 9/30/14 Option Year 2: 10/1/14 - 9/30/15 Option Year 3: 10/1/15 - 9/30/16 Option Year 4: 10/1/16 - 9/30/17 Company's quotes MUST include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (MAR 2012), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. (13) One copy of liability insurance certificate (14) One copy of business/contractor's license All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Feb 2012) FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2012) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Mar 2012). FAR 52.217-5, Evaluation of Options (Jul 1990) applies. The Government reserves the right to award at a single year or any combination of option years. The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012)(E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C.351, et seq) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration or Repair of Certain Equipment-Requirements (Nov 2007)(41 U.S.C. 351, et seq.) 52.223-2 Affirmative Procurement of Bio-based Products Under Service and Construction Contracts (Dec 2007) 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007) (42 U.S.C. 8259b) 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) 52.223.18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Mar 2012) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). 52.237-11 Accepting and Dispensing of $1 Coin (Oct 2008) Department of Labor Wage Determination No: 2005-2345, Revision No: 14, Dated 6/13/13 and its successors applies. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-13-Q-5PTH01/listing.html)
 
Place of Performance
Address: USCG AIR STATION ATLANTIC CITY, FAA TECHNICAL CENTER, BLDG 350, ATLANTIC CITY INTERNATIONAL AIRPORT, EGG HARBOR TOWNSHIP, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN02795942-W 20120708/120706234638-c5ae4cf49a3d671a1daecc0eaf0cf0da (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 |
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.