Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2012 FBO #3967
SOLICITATION NOTICE

S -- Janitorial Services

Notice Date
10/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mountain Road Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
P13PS90420
 
Response Due
10/16/2012
 
Archive Date
10/2/2013
 
Point of Contact
Brian Peck Contract Specialist 6055743132 Brian_L_Peck@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is P13PS90420 and it is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. This acquisition is set aside 100% for small business concerns. The associated NAICS code is 561720, Janitorial Services, and the small business size standard is $16.5 million. 2.Requirements. SCOPE OF WORK CUSTODIAL SERVICES The government anticipates award of a fixed price, indefinite-delivery, indefinite quantity contract. The period of performance of the base period is November 1, 2012 through October 31, 2013 with four option periods. The minimum amount is $10,000 and is the guaranteed minimum orders the government will place. The minimum quantity applies to the base year. The maximum amount for this contract is $115,375. Place of Performance: Agate Fossil Beds National Monument, 301 River Road, Harrison, Nebraska 69346. 2.1 Definitions (a) Clean - "Clean" shall be defined as free of dirt, dust, spots, streaks, stains, smudges, litter, debris, and other residue. (b) Disinfect - Cleaning in order to destroy any harmful microorganisms by application of an approved chemical agent. (c) Laundry - washing and drying of bed linens, bath towels, and kitchen linens. 2.2 General (a) The contractor shall provide any and all personnel, permits, licenses, insurance, and services necessary to perform janitorial maintenance services as defined in this scope of work. (b) The government shall provide all cleaning products and related Material Safety Data Sheets (MSDS). The contractor shall only use products provided by the government. The contractor shall use products in accordance with the manufacturer's instructions and MSDS. Requests for supplemental supplies will be placed with the COR in writing. Supplemental supplies will be made available to the Contractor within 5 business days from date of request. (c)The following utilities will be furnished by the government and made available to the Contractor for the purpose of this contract. "Electrical power at existing power outlets "Hot and cold water at existing stations (d)Winter Schedule- October 1 to March 31. Services shall be performed each Saturday, Monday, and Wednesday. When federal holidays fall on a Monday or Wednesday (see Section G), services shall be performed on Tuesday or Thursday, respectively. Offerors should anticipate approximately 180 hours annually for this work. (e)Summer Schedule- April 1 to September 30. Services shall be performed seven (7) days per week, except federal holidays. Offerors should anticipate approximately 400 hours annually for this work. 2.3 Description of Work (a)Visitor Center and Administrative Office Space - The two story facility is located at 301 River Road, Harrison, NE. See attached diagrams. The Visitor Center is a public area on the first floor and includes two restrooms with seven toilet stalls, two urinals, four sinks, and tile floors. The Visitor Center has approximately 750 square yards of carpeted area. The second floor is primarily administrative office space but includes a kitchen area with vinyl flooring. Foyer is tile, approximately 150 SF; Front stairway & landings approximately 100 SF. The contractor is responsible to: i.Clean bathrooms - The contractor shall begin this work first and complete it by 9:00 AM. Clean toilets, urinals, sinks, countertops, floors, walls, windows, mirrors, and infant changing stations. Mop floors. Add paper products to dispensers. ii.Mop floors, vacuum carpets (all areas). iii.Clean interior windows below 8 foot level. iv.Clean the exterior of display cases and dust general areas. v.Clean sink in kitchen area. vi.Collect all trash from trash containers and install new trash bag liners. Dispose of trash in dumpsters in maintenance yard. The contractor is not responsible to empty containers designed for recyclables. The Contractor shall not disturb papers on desks, open desk drawers or cabinets, or use telephone or office equipment provided for official Government use. (b)Residential Areas- Residential areas are defined as the five houses located on River Road. House numbers are 231, 341, 343, 345, and 347. The residential area includes five 3 BR/2 bath housing units. Cleaning services will be on an as needed basis. The government will provide notice of three (3) calendar days. Services performed by the contractor with less notice shall be subject to a premium price. The premium price is equal to a 10% increase of the standard contract price. At the time of notice, the government will indicate the location and quantity of specific services that are required. Required Services for Residential Areas - The following services are required for all residential areas: Mop floors, vacuum carpets. Clean walls and mirrors. Clean interior windows below 8 foot level. Dust general areas. Collect all trash from trash containers and install new trash bag liners. Dispose of trash in dumpsters in maintenance yard. The contractor is not responsible to empty containers designed for recyclables. In addition, the following services are required for each are: "Bedroom -Wash, dry, and fold all laundry. Place clean laundry in each room. "Bathroom - Clean toilets, sinks, and countertops. "Common Areas - Common areas are defined as the living room, kitchen, and hallways. Clean countertops, refrigerators, stoves, and kitchen sinks. (c) Special Events- The government may hold special events that require additional services for the Visitor Center and administrative office space. When executed, the contractor shall complete all duties listed in paragraph 3(a) by 10:00 AM and complete the tasks indicated below a second time by 4:30 PM. The government will provide notice of 30 calendar days. Services performed by the contractor with less notice shall be subject to a premium price. The premium price is equal to a 10% increase of the standard contract price. Offerors should anticipate approximately 5 special events annually. On rare occasions, the contractor may be required to perform these services on a federal holiday. i.Clean bathrooms -Clean toilets, urinals, sinks, countertops, floors, walls, windows, mirrors, and infant changing stations. Mop floors. Add paper products to dispensers. ii.Collect all trash from trash containers and install new trash bag liners. Dispose of trash in dumpsters in maintenance yard. The contractor is not responsible to empty containers designed for recyclables. The Contractor shall not disturb papers on desks, open desk drawers or cabinets, or use telephone or office equipment provided for official Government use. 2.4 Conduct of Contractor The Contractor and their employees shall conduct themselves in a professional manner. The Contractor will also be required to provide, and update as necessary, a list of all employees performing work under this contract. 2.5 Quality Assurance (a)The government may conduct random no-notice inspections. COR will develop a monthly surveillance schedule. (b)Customer complaints shall become performance information after reviewed and substantiated by the COR. (c)The COR shall immediately notify the contractor if performance issues occur. (d)All performance related information will be documented and provided to the Contracting Officer by the 6th of each month. 3.Provisions and Clauses. 52.232-19 -- Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond 9/30/2013. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 9/30/2013, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) DOI Local Clause - Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment Request means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Condition - Commercial Items including in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: None The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) 52.216-18 - Ordering. (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from November 1, 2012 through October 31, 2013. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19 -- Order Limitations. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $10.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $20,000; (2) Any order for a combination of items in excess of $20,000; or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-22 -- Indefinite Quantity. (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after October 31, 2013. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 60 provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) The following FAR provisions and clauses are incorporated by reference. Full text versions can be found at https://www.acquisition.gov/far/: 52.212-1, Instructions to Offerors - Commercial 52.212-3, Offeror Representations and Certifications -- Commercial Items 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.204-99, System for Award Management Registration (August 2012) (DEVIATION) 52.217-02, Cancellation Under Multiyear Contracts 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.222-25, Affirmative Action Compliance 52.245-1 Alternate 1, Government Property 52.245-9, Use and Charges 4.Service Contract Act wage Determination. Department of Labor Wage Determination WD 05-2587 (Rev.-11), 06/19/2012 is applicable to this acquisition. The full text of the wage determination is available at http://www.wdol.gov/. 5.Price Schedule. Offers must be submitted using the following price schedule: Base Year (11/1/2012 through 10/31/2013) Unit Price Description $_________ Visitor Center/Offices, One time per day $_________ Visitor Center/Offices, Two times per day $_________ Housing 1 bedroom $_________ Housing 1 bathroom $_________ Housing, common areas Option Period 1 (11/1/2013 through 10/31/2014) Unit Price Description $_________ Visitor Center/Offices, One time per day $_________ Visitor Center/Offices, Two times per day $_________ Housing 1 bedroom $_________ Housing 1 bathroom $_________ Housing, common areas Option Period 2 (11/1/2014 through 10/31/2015) Unit Price Description $_________ Visitor Center/Offices, One time per day $_________ Visitor Center/Offices, Two times per day $_________ Housing 1 bedroom $_________ Housing 1 bathroom $_________ Housing, common areas Option Period 3 (11/1/2015 through 10/31/2016) Unit Price Description $_________ Visitor Center/Offices, One time per day $_________ Visitor Center/Offices, Two times per day $_________ Housing 1 bedroom $_________ Housing 1 bathroom $_________ Housing, common areas Option Period 4 (11/1/2016 through 10/31/2017) Unit Price Description $_________ Visitor Center/Offices, One time per day $_________ Visitor Center/Offices, Two times per day $_________ Housing 1 bedroom $_________ Housing 1 bathroom $_________ Housing, common areas 6.Offers must be accompanied by the following information: Date: _______________ Name of Firm: ________________________________ Address: ________________________________ DUNS Number: ___________________ Contact Name: ___________________ Telephone Number: _______________ Fax Number: _______________ Email Address (if available): ________________________________ Quotations must be received no later than October 16, 2012, 2:00 PM MST. Quotations will be accepted via e, mail or fax. Submit to: Brian Peck MWR NEKOTA MABO 24290 Doane Mountain Rd Keystone, SD 57751 Email: BRIAN_L_PECK@NPS.GOV FAX: 605-574-9077 The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS90420/listing.html)
 
Place of Performance
Address: Agate Fossil Beds National Monument, Harrison, NE, 69346
Zip Code: 69346
 
Record
SN02906390-W 20121004/121002234508-acc6eb985b9fe08fb193d1911252b43d (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.