Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

S -- Annual Barrack/facilities Cleaning- Camp Edwards, MA

Notice Date
8/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-13-T-0015A
 
Response Due
9/3/2013
 
Archive Date
10/5/2013
 
Point of Contact
Margaret Leslie Sullivan, 508-233-6670
 
E-Mail Address
USPFO for Massachusetts
(margaret.l.sullivan2.ctr@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
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. This is a procurement is a Woman Owned Small Business set aside. The Naics code is 561720 Janitorial Services with a size standard of $16.5 million dollars. The following commercial services are being requested in this solicitation as detailed in the Performance Work Statement. All quotes should be based on minimum requirements listed in the PWS. This solicitation is to establish a Five (5) year Blanket Purchase Agreement for Camp Edwards barrack/facilities cleaning. Camp Edwards requests a contractor to perform an annual cleaning of 8 barracks per fiscal year or other facilities cleaning as needed depending on funding availability. The Annual Barracks cleaning scope of work includes the following: BARRACK DESCRIPTION QTY (8) Barracks facility, 3 floors per barrack. 22 rooms on the 1st floor, 25 rooms on the 2nd and 3rd floors. Each floor consists of 2 showers rooms and 2 sink and toilet rooms. Each floor has a dayroom Each barrack has 1 laundry room CLEANING OF THE BARRACKS: Wipe all horizontal surfaces under 8' Clean walls top-bottom in all buildings Disinfect all beds including railings, mattresses, and pillows Clean all common area doors top - bottom Clean heaters/radiators, remove dust Spot clean all doors in barracks Clean all laundry machines Dust all corners and ceilings Clean all interior glass, remove fingerprints Clean & disinfect all furniture in day rooms Move furniture for stripping/waxing purposes (and replace) Disinfect all points of contact ( door handles, light switches etc) Clean & disinfect all hand railings in stairwells Machine scrub, semi strip, strip all VCT flooring and return to clean, glossy finish (Some floor areas need complete strip, some need semi strip) Remove any trash and debris and dispose on site Vacuum all cabinets, wipe all sills, wipe down contents, beds, dressers, wipe down mattresses with disenfectant. Spot clean all walls, cove moldings, doors and door casings. Clean and sanitize all 12 restrooms and shower rooms completely. Stairwells (special rubber material): are to be stripped, scrubbed and refinished with a Non-slip wax. Windows: only need to be cleaned on the inside. No screens will need to be taken out. there are (3) windows per bedroom and there are 72 bedrooms per barracks, and (9) windows in each day room and there are 3 dayrooms per barracks. (est. 243 windows per barracks). Period of Performance: 23 September 2013 - 22 September 2014 (base year/year one), option year two: 23 September 2014- 22 September 2015 option year three: 23 September 2015-22 September 2016 option year four: 23 September 2016-22 September 2017 option year five: 23 September 2017 - 22 September 2018 Additional Information: Approximate total square footage is 201,000 sq ft ( 25,122 sq ft per barracks x 8) The Government does NOT have a supply usage of any materials for this solicitation and will NOT be providing any office space or storage space. A site visit is scheduled for 15 August 2013 at Camp Edwards on Cape Cod, MA. ** Questions will not be answered at the site visit. All questions must be submitted in writing to Margaret.l.sullivan2.ctr@mail.mil NLT 16 August 2013, 3pm EST. Estimated Value per year is $37,000.00 and overall value of the BPA the value is not expected to exceed $ 200,000.00 over 5 years. Skills required: The Contractor must have previous experience with cleaning Military/Government installations. No training will be provided. Performance measures: a.The Contractor must be able to submit all deliverables on time as specified and agreed upon. b.The Contractor adherence to stay within the budget c.The Contractor's ability to produce quality assurance documents Schedule of performance: Each year Barrack cleaning is expected to start in September for 1 barracks and the additional 7 are cleaned in November and December each year. Each Barrack is to be assigned a cleaning schedule and is expected to take no longer than 1 week per barrack for cleaning and inspection to be completed. Normally only one barrack is cleaned in September and the remaining barrack are cleaning in either November or December, but all work is to be completed by 12/30 each calender year. Quality Assurance Plan: 100 percent inspection: will be performed by 1SG Paulo Sousa after during/after each Barrack is completed. Upon acceptance of 1SG Sousa. Invoices shall be submitted after completing each Barrack. Payment Terms will be Net 30. Any discrepancies will be identified and corrected without additional charges or fees. Changes to the Agreement: Any changes to the agreement must go through the contracting office and approved by a Contracting Officer. Any work done without proper authorization is at the risk of the Contractor. Instructions to Offerors: The Contractor must submit a written proposal including Company name, Point of Contact, tax ID#, Cage code, duns#, a list of three (3) past performance reference, with a description of services, period of performance, and dollar value, with a current phone number for the POC. Price per barrack cleaning i.e. each barracks will cost $.00 and a total of all eight barracks is $$.xx. SEE ATTACHED QUOTE FORM. Also give a % percentage increase for each option year 2,3,4,and 5 if funded. Any missing criteria will be deemed non-responsive and you may not have an opportunity to correct said missing items or errors on your proposal. A site visit is being scheduled only on August 15th, 1000 EST, contact 1SG Sousa via email paulo.j.sousa.mil@mail.mil if you plan to attend and for further instructions on where to sign in. ****** Any questions must be submitted in writing and emailed to Margaret.l.sullivan2.ctr@mail.mil NLT August 16, 2013; questions will NOT be answered via telephone. All questions and answers will be posted on Fedbizops by COB August 23, 2013. All proposals must be received in contracting NLT September 3, 2013, 3pm EST. If putting your proposal in the mail, it is recommended that you send it Fedex to USPFO P & C office, Attn: Margaret Sullivan, 50 Maple Street, Milford, MA 01757; otherwise expect severe delays and your proposal not being received on time. **Remember if any of the required elements are missing, your proposal will be considered incomplete and you will not have an opportunity to fix it. Always give your best pricing you will not have an opportunity to revise your quote. CCR is no longer a working government web page. The SAM System Award Management web page has replaced CCR. This is still a requirement for all Government Contracts. Please see SAM https://www.sam.gov/portal/public/SAM / for further instructions. End Performance Work Statement The Government intends to evaluate proposals and make award(s) without discussion with offerors (except for needed clarification as per FAR 15.306(a). Therefore, your initial proposal should contain yur best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer, request for such information does not constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provision can be read in their full text at www.acqnet.gov/far and DFARS clauses and provision can be read in their full text at WWW.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-2 Evaluation- Commercial Items 52.212-4 Contract Terms and Conditions- Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-34 Payment by Electronic Funds Transfer- Other than Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment and Vegetation 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Transportation of Supplies by Sea-Alt III Clauses in Full Text: (End of Clause) 52.252-2 Clauses Incorporated by References As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARA.htm www.arnet.gov/far www.acq.osd.mil/dp/dars/dfars.htm (End of Clause) 52.252-6 Authorized Deviations in Clauses As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert quote mark (Deviation) quote mark after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Part 2) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-13-T-0015A/listing.html)
 
Place of Performance
Address: Camp Edwards Beaman Street Bldg 3469 Camp Edwards MA
Zip Code: 02542
 
Record
SN03139389-W 20130808/130807000334-ed9a61b79983a4dca677ae0cf1f8de17 (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.