Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

S -- Janitorial Services - Additional Documents

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Agricultural Research Service - Plains Area
 
ZIP Code
00000
 
Solicitation Number
128KAP18Q0001
 
Archive Date
9/5/2017
 
Point of Contact
Shannon A Boyd,
 
E-Mail Address
shannon.boyd@ars.usda.gov
(shannon.boyd@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
WDOL 2015-5431 Small Business Size Standards Table Solicitation SOW 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; quotes are being requested and a written solicitation will not be issued. RFIs are due via e-mail to Shannon.Boyd@ars.usda.gov no later than 8/25/2017 @ 1500 MT. Solicitation number 128KAP18Q0001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. The associated NAICS code is 561720. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): The U.S. Department of Agriculture, Agriculture Research Service requires janitorial service for three (3) buildings at the Central Great Plains Research Station at Akron, Colorado. The Research Station is location 4 miles east of Akron on Highway 34. A. Janitorial services to be performed in the main research and office structure (Building 1), approximately 6,000 square feet open floor space to clean, which consists of: three (3) bathrooms, five (5) labs, fourteen (14) offices, a storage room, utility room, a mechanical room, a network room, and a dark room. All of the above-mentioned areas are to be service, except the mechanical room and network room. Sixty percent (60%) of the floor area is tiled and forty percent (40%) is carpeted (all of the offices have carpets). The services are all on one floor except for fourteen (14) windows which are located about 15 feet above the floor level. 1. Twice Weekly (Days to be set when contract is awarded) a. Sweep and dust mop all floors. b. Vacuum all carpeting including under desks. c. Damp mop tile floors. d. Empty all trash receptacles. Combine trash when able to save bags. e. Damp wipe tables in conference room. f. Clean entrance door glass sills, and sweep floors. g. Clean sink/counter top in Conference Room, counter top in hall outside Conference Room and sink/counter top in Utility Room. h. Put trash in dumpsters provided. i. Dust furniture in lobby area. j. Dust file cabinets, desk areas, and shelves in office spaces. RESTROOMS k. Damp mop entire floor with germicidal solution l. Wash and sanitize toilet fixtures, seats, bowls, and urinals. m. Clean lavatories thoroughly, sanitize and polish dry n. Damp wipe and polish mirrors, shelves, dispensers, plated fixtures and piping. o. Remove splashes on wall and partitions. p. Empty used paper towel receptacles and replenish towel dispensers and toilet tissue. q. Replace toilet bowl deodorants as required. r. Maintain soap dispensers in operable condition and keep restroom hand soap dispensers full with supplied hand soap. s. Maintain toilet fixtures and traps free from odor. t. Empty sanitary napkin receptacles; clean, disinfect and dry. 2. Monthly a. Dust, vacuum, and damp wipe horizontal surfaces within seven (7) feet of floor level, such as door sills, window sills, and book shelves as needed or as otherwise directed by the Contracting Officer's Representative (COR). b. Buff floors. c. Clean Air Ventilation Louver in each room. d. Vacuum bugs from conference room window sill 3. Quarterly a. Clean skylights (inside and out), window shelf and recessed window bays. b. Wash exterior lower windows. 4. Twice Yearly a. Vacuum light fixtures. b. Brush/wipe down walls. c. Wash Exterior lower windows. 5. Yearly a. Wash all interior windows and exterior upper windows: approximately 81 windows - 67 on the main floor and 14 up above. The upper level windows are approximately 1'W x 10'L and the ground floor range from 3'W x 3'L to 4'W x 8'L. NOTE: The interior window washing should be done in the fall (Sept.-Nov.). B. Janitorial service to be performed in Building #2 (2,240 square feet) consists of: one (1) restroom, one (1) shower room, five (5) rooms used for sample preparation. The second or upstairs floor consists of one (1) bathroom, three (3) large rooms used for offices and storage areas, and two (2) small rooms used for storage. All of the above mentioned areas are to be serviced. All floor area is tiled 1. Monthly a. Sweep, and dust mop all floors. b. Vacuum all carpeting. c. Damp mop tile floors. d. Empty all trash receptacles. Combine trash when able to save bags. e. Clean entrance door glass sills, and sweep floors. f. Put trash in dumpsters provided. g. Dust furniture. h. Dust/vacuum file cabinets, desk areas, and shelves in office spaces. i. Buff floors. j. Damp mop stairs. RESTROOMS k. Damp mop entire floor with germicidal solution l. Wash and sanitize toilet fixtures, seats, bowls, and urinals. m. Clean lavatories thoroughly, sanitize and polish dry n. Damp wipe and polish mirrors, shelves, dispensers, plated fixtures and piping. o. Remove splashes on wall and partitions. p. Empty used paper towel receptacles and replenish towel dispensers and toilet tissue. q. Replace toilet bowl deodorants as required. r. Maintain soap dispensers in operable condition and keep restroom hand soap dispensers full with supplied hand soap. s. Maintain toilet fixtures and traps free from odor. t. Empty sanitary napkin receptacles; clean, disinfect and dry. 2. Twice Yearly a. Brush/wipe down walls. b. Wash widows inside and outside by May 1st and September 15th. 3. Yearly a. Wash all interior windows and exterior upper windows: approximately 16 windows - 8 on the main floor and 8 on the second floor. The windows are approximately 2'W x 3'L to 2'W x 5'L. C. Janitorial service to be performed in Building #16 (1,440 square feet) consists of: two (2) restrooms, five (5) offices, and one (1) main lobby area, one (1) area used for sample preparation and analysis, and one (1) small room used for storage. All of the above mentioned areas are to be serviced. All floor area is carpeted with the exception of the two restrooms which are tiled. 1. Twice Weekly (Days to be set when contract is awarded) a. Sweep, and dust mop all floors. b. Vacuum all carpeting. c. Damp mop tile floors. d. Empty all trash receptacles. Combine trash when able. e. Put trash in dumpsters provided. f. Clean counter top and sink in main lobby area. g. Clean table and desk in main lobby area. RESTROOMS h. Damp mop entire floor with germicidal solution i. Wash and sanitize toilet fixtures, seats, bowls, and urinals. j. Clean lavatories thoroughly, sanitize and polish dry k. Damp wipe and polish mirrors, shelves, dispensers, plated fixtures and piping. l. Remove splashes on wall and partitions. m. Empty used paper towel receptacles and replenish towel dispensers and toilet tissue. n. Replace toilet bowl deodorants as required. o. Maintain soap dispensers in operable condition and keep restroom hand soap dispensers full with supplied hand soap. p. Maintain toilet fixtures and traps free from odor. q. Empty sanitary napkin receptacles; clean, disinfect and dry. 2. Monthly a. Dust all wall hung ornaments and fixtures. b. Vacuum all window sills and vacuum chairs in main lobby area. 3. Twice Yearly a. Brush/wipe down walls. b. Wash windows inside and outside by May 1st and September 15th. 4. Yearly a. Wash all interior windows and exterior windows: Approximately 13 windows. I. SERVICE REQUIREMENTS The awarded Contractor shall provide to the Contracting Officer's Representative (COR) the names of employers who will be handling the cleaning. All employees must complete an AD-1197 & submit Identifying Documents, FD-258 Finger print cards, OF 306, PII Sheet, and a Resume stating they are a US Citizen for unaccompanied access to the buildings. The Contractor shall furnish all labor, supervision, equipment, tools, transportation, and service necessary (unless otherwise specified herein) to perform the services required. Bids shall be quoted with and without the chemicals and supplies needed in cleaning of the buildings. Services shall be performed as provided below: Specify choice - either on a Tuesday-Thursday or Wednesday-Weekend basis. Weekly Cleaning Days - After close of business (6:00 PM) and before beginning of business on Monday (6:00 AM). Monthly - Service shall be performed the first week of each month. Twice Yearly - Service shall be performed during months of October and April. Yearly - Services shall be performed during months of October and November. The Government shall provide the following equipment and supplies: mop bucket, vacuum sweeper, wet and dry mops, brooms and dustpans, toilet paper and paper towels for rest rooms (not for cleaning), hand soap for restrooms, and plastic bags for trash containers. All other supplies necessary to do the job (such as soaps, disinfectants, toilet bowl deodorant, chemicals, cleaning cloths, paper towels for cleaning, sponges, wax, squeegees, etc.) shall be furnished by the Contractor. The Contractor is also required to provide all other equipment. Space shall not be provided to store contractor supplies at the location. Contractor shall schedule work in such a way as not to interfere with Government personnel and activities. In the event of employee vacation or Sick leave the company is expected to designate another, fully credentialed employee to cover services, so as not to interrupt service. A site visit will be scheduled and site maps may be provided upon successful award of this contract. PERIOD OF PERFORMANCE A. Base Year: 10/1/2017 to 9/30/2018 B. Option Year #1: 10/1/2018 to 9/30/2019 C. Option Year #2: 10/1/2019 to 9/30/2020 D. Option Year #3: 10/1/2020 to 9/30/2021 E. Option Year #4: 10/1/2021 to 9/30/2022 F. Total Contract POP: 10/1/2017 to 9/30/2022 Please make ensure all quotes are valid until 10/01/2017. No phone or mailed solicitations will be accepted. Email Quotes to Shannon.Boyd@ars.usda.gov. This is a Buy Best Value acquisition. The Government will award a Purchase Order resulting from this Request for Quotes to the responsible offeror whose quote is conforming to the solicitation and represents the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS FOR AWARD 1. Past Performance - Quotes will be evaluated based on the offeror's past performance as provided by the offeror's references. 2. Offeror's Technical Solution- The Government will evaluate the performance of the offeror's product for capability and performance. 3. Quality and Reliability- Quotes will be evaluated on the offeror's product for its level of Quality and Reliability. 4. Price- The quoted price is fair and reasonable. NOTE: significantly more important than cost or price. Factors and sub-factors are prioritized in the following order of importance (i.e. most important first, least important last) for award evaluation 2, 3, 1, 4. The Government will evaluate quotes for award purposes, considering the evaluation factors above, and will award to that offeror whose proposal represents the best value to the Government. 52.232-18 Availability of Funds. (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract 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 until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Inspection and Acceptance Terms: Supplies will be inspected and accepted by the End User / Purchasing Agent at destination. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The IPP Customer Support Desk is available to assist users Monday through Friday (excluding bank holidays) from 8:00AM - 6:00PM ET, including answering any questions related to accessing IPP or completing the registration process. Their toll-free number is 1-866-973-3131 2 or they can be reached at: IPPCustomerSupport@fms.treas.gov. The successful vendor must be enrolled in SAM.gov and IPP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39d1da7ff2414aec7042a4123debeb8c)
 
Place of Performance
Address: 40335 CO RD GG, Akron, CO, 80720, United States
Zip Code: 80720
 
Record
SN04624097-W 20170813/170811231313-39d1da7ff2414aec7042a4123debeb8c (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  © 1994-2020, Loren Data Corp.