Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2020 SAM #6872
SOLICITATION NOTICE

S -- Janitorial Service for USCG Air Facility Charleston

Notice Date
9/20/2020 8:46:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
70Z028-20-Q-2000
 
Response Due
9/28/2020 8:00:00 AM
 
Archive Date
10/13/2020
 
Point of Contact
SK1 Jessica Stein, Phone: (912) 652-4646 x4662, LCDR Michael Vickers, Phone: 912-652-4646 ext 2688
 
E-Mail Address
Jessica.L.Stein@uscg.mil, michael.m.vickers@uscg.mil
(Jessica.L.Stein@uscg.mil, michael.m.vickers@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for work to include: Janitorial services for Air Facility Charleston. Service is to be conducted from Oct 1 2020-Sept 30 2021. See SOW � The solicitation number is 70Z028-20-Q-2000. � � Applicable North American Industry Classification Standard (NAICS) codes are: 561720 Janitorial Services����������������� �����������������size standard: $16.5 Mil. � This requirement is for a Firm Fixed Price contract. �The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and FAR part 15. � The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Best Value. Best value will be determined by past performance, technical evaluation, and cost. � When submitting your proposals, request a price breakdown of the following: Labor & Material Monthly Cost � Contract will be awarded to the vendor who can comply with the full SOW and within the timeframe needed by units. Technical Evaluation, Cost and Past Performance factors will also be considered when selecting the award. � Anticipated award date: 3 days after close of solicitation, OOA �01 Oct 2020 � Quotes are to be received no later than close of business (11:00 AM) on 28 Sept 2020. � Faxed quotations will NOT be accepted. Quotes are to be emailed to the Contracting Officer Mr. Mehdi Bouayad at this email address. �Mehdi.Bouayad@USCG.MIL � OR � Quotations can be sent via the US Postal Service or hand delivered should be sent to: � Commanding Officer USCG Base Miami Beach (P&C) Attn: Mehdi Bouayad 909 SE 1st Ave, Room 512 Miami, FL 33131. � Telephone requests of quotes, will NOT be accepted, a formal notice of changes (if applicable) will be issued in FEDBIZOPS (www.fbo.gov). � � Wage determinations:� General Decision Number: FL 2015-4428���� Dated: June 03, 2020 � � Scope of Work for Janitorial Service at Coast Guard Air Facility Charleston, SC 1.1 SCOPE 1.12 SERVICE AREAS: A) 1st Floor: Fitness room, TV and Gallery Room, Women�s Bathroom, Men�s Bathroom, Operations Center and Entrance Way. B) 2nd Floor: Rooms 201, 202, 203, 204, 205 (each room includes a bathroom) and Laundry Room. C) Stairwells at each end of the building. D) No services required on the Hangar Deck or adjoining rooms. � 1.13. DATE & TIME OF SERVICE: A) Services will be completed Monday, Wednesday and Friday, excluding holidays. B) Hours of Service will be after 9:00am and be concluded before 8:00pm. 1.14. DAILY SERVICE: A) Vacuum all carpeted areas. B) Empty trash receptacles and replace liners. C) Damp mop all non carpeted floors to remove spillage or stains. D) Dust all furniture (bed frames, night stands, desks) and cleared areas on desk. E) Clean entrance way doors, glass, floor and walls. F) Sanitize drinking fountain. G) Reposition chairs and any furniture moved to accomplish tasks. H) Clean all toilet bowls, urinals and sinks. I) Replenish paper towels, toilet paper and hand soap. J) Damp wipe galley cabinets and appliances. K) Damp wipe all fixtures. L) Clean all mirrors. M) Turn off lights in all unoccupied spaces upon completion of tasks. N) Wash, dry, fold and put away all duty crew linen (12 sets of pillow cases and linens on Monday and 8 sets on Wednesday and Friday. All clean linen is stowed on shelves in the laundry room closet and all dirty linen is stowed in rubber containers marked soiled laundry�, also located in the laundry room closet). � 1.15. WEEKLY SERVICE: A) Clean all windows and window seals B) Remove spots form carpets. C) Clean/remove mildew from all shower stalls. D) Sweep/damp mop stairwells. E) Spot clean all walls and doors. � 1.16. MONTHLY SERVICES: A) Shampoo or steam clean all carpeted areas. B) Clean all baseboards. � C) Turn in list of supplies (furnished by AirFac) which are low in stock to the AirFac Supervisor. � 1.17. QUARTERLY SERVICES: A) Shampoo or steam clean all carpeted areas. � 1.2 LOCATION OF SITE USCG Air Facility Charleston, SC is located at: 2744 Fort Trenholm Rd., Johns Island, SC 29455 Phone: 704-322-6779 � 1.3 EXAMINATION OF SITE It is recommended that bidders carefully inspect the work in place and verify the amount of work necessary to complete the job. Prospective bidders may schedule a site visit by calling AirFac Groundskeeper at 912-210-3700. � � 1.4 GENERAL REQUIREMENTS The Contractor shall provide all labor and equipment to accomplish the scope of this work. The Contractor shall coordinate with the Air Station Representative (AirFac Groundskeeper at 704-322-6779 or AirSta Facilities Engineer, Assistant Facilities Engineer, or Billy Hopkins at 912-652-4646) to ensure that disruptions to the normal operations of unit are minimized. � 1.5 EQUIPMENT SUPPLIES AND MATERIALS: A) The contractor shall provide all equipment, supplies and materials (mops, brooms, vacuum cleaners and all cleaning agents and disinfectants), labor, supervision and transportation of personnel to and from site. B) The AirFac shall provide paper towels, hand soap, toilet paper, laundry detergent, bleach, trash bags, water and electricity. � 1.6 INSTALLATION All work and equipment must remain clear of the marked, helicopter landing areas on the aircraft ramp. In addition, all work and equipment must remain on the Coast Guard property, not to extend or encroach on the airport property in any manner. There will be minimum disruption to the duty helicopter crews who stay at the unit overnight. In no way shall this project, hamper normal or emergency/Search and Rescue operations at the unit. Any changes or additions must be brought to the attention of the Facilities Engineer or Assistant Facilities Engineer. � 1.7 WORK COORDINATION All work shall be coordinated with the AirFac Groundskeeper, AirSta Facilities Engineer, Assistant Facilities Engineer, or Billy Hopkins, so there is minimal disruption to USCG operations. All work shall be scheduled with one of the persons above at a minimum of 24 hours in advance. 1.8 WORK HOURS Unless otherwise negotiated, all other work called for by this specification shall be coordinated during the hours of 8:00 am to 5:00 pm, Monday through Friday. � 1.9 CONTRACTOR USE OF PREMISES The Contractor will be working on a Coast Guard operational military installation. Become familiar with and obey station fire, traffic, and security regulations. Personnel shall not stray from the immediate area of work without the escort of Coast Guard personnel, except for the use of the restrooms. Smokers will only smoke in the designated smoking areas on the premises. 1.10 CLEANUP The Contractor shall keep the work area, including storage area, free from accumulation of waste materials and comply with all federal, state, and local regulations pertaining to storage, transport, and disposal of wastes. The Contractor shall not use Coast Guard waste disposal facilities including garbage cans, trash piles, or dumpsters. Any equipment or material removed, unless otherwise directed by the AirFac Groundskeeper or the AirSta Public Works department, shall become the property of the Contractor and shall be transported from the site. A) If any Government Property is broken or damaged by contractor employees, The property shall be replaced in kind or suitable repairs shall be made. B) Gate access will be given by the duty crews if needed to the facility. C) The AirFac Groundskeeper will be provided, by the contractor, the names of all persons � who will have access to the facility to perform the duties of the contract listed herein. D) The AirFac Groundskeeper, at his discretion, may inspect any and all tasks accomplished � and may require tasks to be repeated if deemed unsatisfactory. E) Upon completion of tasks any missing or stolen properties of the AirFac will be � replaced in kind by the contractor. F) All trash will be disposed of in the garbage bin outside the front gate of the AirFac. G) Bathrooms and fresh water will be provided by the AirFac for the accomplishment of tasks and for personal use. H) Safety protection shall be worn by maintenance personnel and all equipment/machinery must be in safe working order. I) All services shall be done in conformance with safety and all other local laws and regulations. � All work shall cease in the areas near the Taxi way or helicopter ramp once a helicopter approaches, you must get authorization from the AirFac Groundskeeper to continue. � 1.11 SECURITY The Contractor shall provide the AirFac Groundskeeper with a list of names of all personnel who will be working on the site. The Contractor may submit a revised list at any time during the project. Only personnel on the approved listing will be allowed on the site. All personnel shall carry proper identification (ID) when on site. Proper ID is defined as the individual driver�s license, in addition to a company issued ID. The ID must be laminated, and show a facial picture of the individual, and be visible at all times. Individuals without proper ID will be escorted off the Coast Guard premises. � 1.13 FINAL INSPECTION AND ACCEPTANCE When the work is complete and ready for final inspection, contact the AirFac Groundskeeper at 704-322-6779 or the AirSta Facilities Engineer, Assistant Facilities Engineer, or Billy Hopkins at 912-652-4646. � 1.14 DELIVERY, STORAGE, AND HANDLING The contractor will deliver, store on-site, and handle all materials in a manner that will maintain their original manufactured or fabricated condition until ready for use. � Performance Period: �Performance of work is expected to commence within 7 days after award is provided to contactor. � � 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020) 52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020) 52.212-4 Contract Terms and Conditions�Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2020) � 52.222-41 Service Contract Labor Standards (Aug 2018) � Work hours:� Monday through Friday, 0700 � 1600 (7 am � 4 pm) No weekends or Holidays. � See attached FAR provisions/clauses which apply to this solicitation.� Offeror�s may obtain full text version of these clauses electronically at: www.arnet.gov/far Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. � Vendors providing an offer must be registered in SAM (System for Award Management) prior to the close of this solicitation. https://www.sam.gov/portal/public/SAM/. � The vendors SAM registration must be in an �ACTIVE� status prior to submission of quote. � Vendors must ensure that the above listed NAICS code(s) are listed on their SAM registration to perform this type of service. � � Request Company�s tax ID information and Duns number. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/11f9f67d50024720a97592ce4dcfebe0/view)
 
Place of Performance
Address: Johns Island, SC 29455, USA
Zip Code: 29455
Country: USA
 
Record
SN05804252-F 20200922/200920230212 (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  © 1994-2020, Loren Data Corp.