Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOLICITATION NOTICE

S -- Janitorial Services - Newport and Sullivan Lake Ranger Stations

Notice Date
12/19/2019 5:35:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
COLVILLE NATIONAL FOREST COLVILLE WA 99114 USA
 
ZIP Code
99114
 
Solicitation Number
1205G120Q0007
 
Response Due
1/3/2020 12:00:00 PM
 
Archive Date
01/18/2020
 
Point of Contact
Aaron Kretzer, Phone: 5096847134, Susan Fisher, Phone: 5094477300
 
E-Mail Address
aaron.kretzer@usda.gov, susan.fisher@usda.gov
(aaron.kretzer@usda.gov, susan.fisher@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 for this project as a Request for Quotes, solicitation number 1205G120Q0007 and incorporated provisions, clauses and attachments are those in effect through Federal Acquisition Circular 2020-03 dated 12/13/2019. This is 100 percent set-aside for small businesses under NAICS code 561720 and the small business size standard is $19.5 million. The Government's estimated price for this project is less than $150,000.00. The Government anticipates the award of one (1) Firm-Fixed Price contract as a result of this solicitation. The evaluation factors for award and instructions to quoters/offerors are included in the attached solicitation. GENERAL: This requirement is for janitorial services with a Performance-Based Statement of Work at the Newport and Sullivan Lake Ranger District offices of the Colville National Forest.� As a performance-based contract, the requirements are stated in terms of desired results with associated quality standards. The Contractor shall furnish all personnel, labor, equipment, material, tools, supplies, supervision, management, and services, except as may be expressly set forth as Government furnished, and otherwise do all things necessary to or incident to, perform and provide the work efforts described in this performance work statement. The Contractor shall determine how much labor is need to perform the task, what methods will be used to complete the job and which supplies, materials and requirements are needed.� The results of the work performed under this contract will conform to the Janitorial Work Quality Requirements and the Government expects that upon daily or periodic inspections that these performance standards will be met or exceeded. LOCATION OF WORK: Services are to be performed at the following two (2) locations: A.�������� Newport Ranger District office: 315 N. Warren Ave., Newport, WA. 99156 There is a total of approximately 6,767 square feet of floor area of which approximately 6,550 square feet is carpeted.� The location, size, and other information pertinent to the Item is described as follows: Main Office Building � The floor area consists of approximately 5,068 square feet.� The area is divided into fourteen (14) office-type rooms, one (1) conference room, two (2) small utility rooms and four (4) bathrooms.� All rooms except utility rooms and bathrooms are carpeted. Timber Office Building � The floor area consists of approximately 1,431 square feet.� The area is divided into three (3) office type rooms, and two (2) restrooms. All floors except restrooms are carpeted. B.�������� Sullivan Lake Ranger District office: 12641 Sullivan Lake Rd., Metaline Falls, WA. 99153 The work area is approximately 6,300 square feet and consists of one (1) single story building divided into three (3) wings. There are approximately eleven (11) office-type rooms, two (2) restrooms, one (1) conference/lunch room with a small kitchen, three (3) utility rooms for water, mechanical and network utilities and one (1) 25 square foot janitorial room.� All floors except vestibule, janitor, bathrooms, utility rooms and 1/2 of the conference room are carpeted. Note: A separate fourth wing of the building of approximately 1,800 square feet is not included in the �work area� under this contract. This contract only covers 3 of the 4 wings. PERIOD OF PERFORMANCE: Work on this contact is expected to commence on January 10, 2020 and continue through December 31, 2020 for the initial base year period. There are four (4) additional option years which, if exercised by the Government, extend the period of performance through December 31, 2024. Frequency of Service (Daily Basis) for Newport Ranger Station buildings: ����������� May through October - Wednesday and *Friday ����������� November through April - *Friday.� Frequency of Service (Daily Basis) for Sullivan Lake Ranger Station buildings: ����������� January through December - *Friday *Friday work may be performed either Friday night, Saturday or Sunday at the Contractor�s option.? Unless otherwise agreed to by the Contractor and the Contracting Officer, all work shall be performed between the hours of 6:00 PM and 6:00 AM. REQUIRED SOURCES OF SUPPLY: This procurement will require the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. SERVICE CONTRACT ACT Work performed under this contract is subject to the Service Contract ACT (SCA) and Wage Determinations (WD) issued by the Department of Labor (DOL). Revised WD's are incorporated into the contract each option year at the time the option year is exercised and effective the first day of the new contract year. The clauses at FAR 52.222-43 ""Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts)"" and FAR 52.222-44, ""Fair Labor Standards Act and Service Contract Act - Price adjustment,"" authorize adjustment of fixed price SCA-covered contracts when FLSA wage increases apply or SCA WDs requiring increased minimum wages and/or fringe benefits are incorporated into a contract. The adjustment is subject to certain specific limitations expressed in the appropriate clause. SITE VISIT Contact Susan Fisher to arrange a site visit at (509)447-7300 or by email to Susan.Fisher@usda.gov. SUBMISSION OF QUOTES Submit Quotes Electronically to Aaron Kretzer by email to Aaron.Kretzer@usda.gov Submit at a minimum, the following: � Form SF-1449 (Complete Schedule of Items pricing, Quoter Information, signed and dated) � Response to Evaluation Criteria (See FAR 52.212-2) � Attachment D4 - Representations, certification and other statements of offerors (Complete as applicable).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8c3d8ecdcbff4db091de21287a40615d/view)
 
Place of Performance
Address: Newport, WA 99156, USA
Zip Code: 99156
Country: USA
 
Record
SN05521358-F 20191221/191219230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.