Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2015 FBO #4919
SOLICITATION NOTICE

S -- Window Washing at Dworshak NFH - Attachment

Notice Date
5/12/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F15PS00568
 
Response Due
5/27/2015
 
Archive Date
6/11/2015
 
Point of Contact
Gordon, Joshua
 
Small Business Set-Aside
Total Small Business
 
Description
F15PS00568 SOW Wage Rates Clauses 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. Solicitation number F15PS00568 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, Janitorial Services. The size standard is $18M. The Universal Product Code for this procurement is S201. Contractor offer must be priced in the following format: PERIOD OF PERFORMANCE: May 1, 2015 through September 30, 2015 CLIN 010: Two (2) complete cleanings will be performed: One cleaning will be performed between May 1 and June 15, 2015, and a second cleaning will be performed between September 1 and September 30, 2015. All work must be performed prior to September 30, 2015, unless indicated otherwise in the awarded contact. Actual cleaning date to be mutually agreed upon by both parties (Government & Contractor). Window Washing at Dworshak NFH: $_________ Statement of Work Dworshak Fish Hatchery Window Washing U.S. Fish and Wildlife Service, Pacific Region 1. GENERAL A. Dworshak Hatchery is requiring window cleaning services to maintain facility appearance and function. B. Administrative Field Station: Dworshak Fish Hatchery, 276 Dworshak Complex Drive, Orofino, Idaho, 83544 in Clearwater County at about elevation 1,000 feet. C. Physical Project Work Site: The Dworshak National Fish Hatchery. 2. DEFINITIONS a. OSHA- Occupational Safety and Health Administration 3. SCOPE A. The Contractor shall clean all interior and exterior windows, both upper and lower stories, window sills, and glass surfaces of building entrance and garage bay doors. This includes the main hatchery building, the maintenance building, mechanical I, mechanical II, the fish health lab, the fishery resource office, the feed building, and the main pump house. B. Clean all windows, window sills, and glass surfaces of entrance and garage bay doors, as per below schedule to maintain the required appearance. Remove cobwebs, spider webs, insects, and insect nests from all building interior and exterior windows and glass surfaces of building entrance and garage bay doors. C. Outlying buildings that are not considered office areas such as mechanical I, mechanical II, and the main pump house exterior windows may be cleaned with pressure washer using sheeting detergents or other no touch method. D. If man lift or scaffolding are used, the Contractor shall work with the COR and the Project Safety & Occupational Health Specialist to determine a safe and acceptable method of access. E. Vendors are encouraged to visit the site prior to submitting an offer. F. Schedule: Two complete cleanings will be performed: One cleaning will be performed between May 1 and June 15, 2015, and a second cleaning will be performed between September 1 and September 30, 2015. All work must be performed prior to September 30, 2015, unless indicated otherwise in the awarded contact. 4. DELIVERABLES A. Contractor shall take the lead to accomplish approved work in an expedient cost-effective manner. B. Supply all labor, equipment, materials, and supplies necessary (whether indicated or not) to perform the work and remove and dispose of any work debris. C. Coordinative and perform the work to the satisfaction of the USFWS; and any other applicable entities. D. Submit a list of any subcontractors and principal suppliers and their contact information. E. Comply with federal & state OSHA, any on site regulations, environmental regulations, other local authorities having jurisdiction. 5. INSPECTION AND ACCEPTANCE A. The services/work performed under this contract are subject to observation and review by the USFWS and other authorities having jurisdiction including but not limited to: USFWS and OSHA. B. Performance Requirements Summary (what we're generally looking for when we inspect): Windows, sills, and doors are clean, inside and out. Windows are clean according to specified/accepted schedule. C. Schedule: Two complete cleanings will be performed per calendar year: One cleaning will be performed between May and June 15, 2015, and a second cleaning will be performed between September 1 and September 30, 2015. All work must be performed prior to September 30, 2015, unless indicated otherwise in the awarded contact. D.Performance standard. Routine cleaning shall maintain a general appearance of cleanliness. In addition to the specific standards listed below, routine cleaning shall remove obvious unwanted matter (including, but not limited to, dust, dirt, lint, organic and inorganic debris, foreign matter, scuff marks, standing water, water streaks, mop marks, residues, insects, insect nests, spider webs, cobwebs, soils, spots, smudges, stains, spillages, embedded grit, hand and fingerprints, and oils) and odors. E. Greening Policies and Programs: In accordance with Executive Order 13101 ¿Greening the Government Through Waste Prevention, Recycling and Federal Acquisition, and with the details pertaining with this statement of work recipients of grants/cooperative agreements and/or sub-awards are to actively and systematically protect the natural processes that sustain life by whenever possible, incorporating environmentally preferable products in their activities. These measures include, but are not limited to, re-refined oil for all vehicles and heavy equipment, diverting solid waste from disposal in landfills through recycling and use of materials that reduce greenhouse gas emissions. 6. GOVERNMENT FURNISHED MATERIALS / INFORMATION A. Work Site and Staging Area: Coordinate with Hatchery 7. AVAILABILITY: A. The site is available from existing paved roads. B. Unless explicitly approved otherwise in writing by the hatchery manager, the work week is Monday thru Friday except federal holidays. With approval, the Contractor may work weekends and or holidays. 8. TECHNICAL COORDINATORS A. Scott Koehler - Hatchery Maintenance Supervisor, Dworshak Fish Hatchery, 276 Dworshak Complex Drive, Orofino, Idaho, 83544, (208) 476-4591. Scott_Koehler@fws.gov The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. EVALUATION CRITERIA: Award will be made to the schedule contractor that represents the "best value" as defined as "the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement" using the following evaluation criteria: a. Contractor Location: Contractor facility must be located within 100 miles of the boundary of Dworshak Fish Hatchery. b. Contractor Understanding of the Requirement: Contractor must provide project plan/overview of the Government requirement to determine and evaluate the contractor understanding of the Government requirements contained in this Statement of Work (SOW) and solicitation amendments posted through/prior to the solicitation close date. c. Safety Plan: Contractor to provide overview of project safety plan proposed for meeting the Government/SOW requirements. d. Company Overview/Experience: Company overview and references of a least three of the same or similar projects. References must contain brief overview of the project and customer contact Information. e. Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of a scheduled contractor without a record of relevant past performance or for whom information on past performance is not available, the scheduled contractor will not be evaluated favorably or unfavorably on past performance. f. Price: No additional information from the contractor will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the scheduled contractor to the extent required to determine the reasonableness of the offered prices. Any firm that believes it is capable of meeting the USFWS requirements may submit a response to josh_gordon@fws.gov no later than 5/27/2015, 1700 PS to be considered. Offers must be emailed referencing RFQ F15PS00568 in the subject line. Evaluation and award will be according to Best Value to the Government. Offerors must be registered at http://www.sam.gov to be eligible for award. Any questions or comments should be directed to Josh Gordon at 503-736-4469, or by e-mail at josh_gordon@fws.gov. Please follow the link to FedConnect for solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS00568/listing.html)
 
Record
SN03727828-W 20150514/150512235112-58c6d9eb7c6fe3b51d755f2f93b05b64 (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.