SOLICITATION NOTICE
S -- Janitorial services WMD, Morris, MN.
- Notice Date
- 8/6/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
- ZIP Code
- 55111
- Solicitation Number
- 30181AQ344
- Response Due
- 8/30/2010
- Archive Date
- 8/6/2011
- Point of Contact
- Gary Hausdorf Contract Specialist 6127135191 gary_hausdorf@fws.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being request and a written solicitation will not be issued. Solicitation number 30181AQ344 is being issued in a Request for Quote (RFQ) format. This solicitation document and its incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 05-41 technical amendments. This is an 8(a) competitionSet Aside. The North American Industrial Classification System (NAICS) code is 561720, with a corresponding small business size of a total employment of 500 or less. This requirement consists of a base year and four (4) option years of annual Janitorial services (October 1, 2010 through September 2015) for the Morris WMD, Morris MN 56267. Work to be in accordance with the Service Contract Act and Wage Rates, Register of Wage Determination Under the service Contract Act WD 05-2290 (Rev.-11). The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The Offeror Representation and Certification can also be completed online https://orca.bpn.gov. This will replace the submission of this requirement. Quotes will be evaluated and award will be made to the lowest responsive, responsible offeror submitting a fair and reasonable price and meeting the terms of the solicitation. The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial Items pertains as applicable to this acquisition. Clauses selected, 52.222-50, 52.333-03, 52.233-04, 52.222-03, 52.222-19, 52.222-21, 52.222-26, 52.225-01, 52.225.13, 52.222-41, 52.222.-43,52.232-33, 52.204-9. The following FAR clauses are applicable to this solicitation; 144842.02 Government Liaison-Service Direction, 52.219-28 Post-Award Business Program Rerepresentation,52.217-5, Evaluation of Options, 52.217-9, Option to Extend the Term of Contract, with paragraph (a) filled in as follows: (a) The Government may extend the terms of this contract by written notice to the Contractor anytime prior to the expiration of the previous period; provided that the Government gives the Contractor preliminary written notice of its intent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Government to an extension. Paragraph (c) is filled as follows; (c) The total duration of this, including the exercise of any options under this clause, shall not exceed 5 years. Request for Quotation: Line - 0001- Base period Janitorial service for weekly cleaning - (10/01/2010 to 09/30/2011) base period. 12 months $___________unit Price $_____________Total Cost Line - 0002 Option 1 Janitorial service for weekly cleaning - (10/01/2011 to 09/30/2012) base period. 12 months $___________unit Price $_____________Total Cost Line - 0003 Option 2 Janitorial service for weekly cleaning - (10/01/2012 to 09/30/2013) base period. 12 months $___________unit Price $_____________Total Cost Line - 0004 Option 3 Janitorial service for weekly cleaning - (10/01/2013 to 09/30/2014) base period. 12 months $___________unit Price $_____________Total Cost Line - 0005 Option 4 Janitorial service for weekly cleaning - (10/01/2014 to 09/30/2015) base period. 12 months $___________unit Price $_____________Total Cost Quotations are due to the US Fish and Wildlife service, Region 3, Contracting and Facilities Management Office, 1 Federal Drive, Fort Snelling, MN 5511-4056 by 4:00 PM CST on August 30, 2010. Offerors may submit quotes by mail, facsimile transmission 612-713-5151 or e-mail to gary_hausdorf@fws.gov. Questions about this solicitation should be directed to Contracting Specialist Gary hausdorf at telephone number 612-713-5191. PERFORMANCE WORK STATEMENTJANITORIAL SERVICESMORRIS WETLAND MANAGEMENT DISTRICT I.Scope This is an acquisition for janitorial services to be performed at the Morris Wetland Management District, Morris, Minnesota. The janitorial services will include the cleaning of the Headquarters office building and the Shop bathrooms. The overall responsibility of the contractor is to perform services in a manner that will maintain satisfactory facility conditions and present a clean, neat, and professional appearance. Standard janitorial practices and proper use of cleaning materials is required. The contractor shall provide for all equipment/supplies, services, supervision, labor, transportation and management necessary to administer and perform the requirement in accordance with these specifications. II.Location U. S. Fish and Wildlife Service, Region 3Morris Wetland Management District43875 230th StreetMorris, MN 56267 III.Period of Performance Award will be for a base period with 4 options years to be exercised at the Government's discretion. The base period of performance is from 10/1/2010 through 9/30/2011. The four additional option periods of performance are as follows: Option 1: October 1, 2011 through September 30, 2012Option 2: October 1, 2012 through September 30, 2013Option 3: October 1, 2013 through September 30, 2014Option 4: October 1, 2014 through September 30, 2015 IV.Work Schedule The services will be performed during weekends (after 5:00 p.m. Friday and before 7:00 a.m. Monday) or on a specific weekday after 5:00 p.m. Weekend cleaning cannot be done on the Saturday of Prairie Pioneer Days (first Saturday after July 4). The Government will provide all keys for the buildings, which shall not be duplicated. The contractor shall establish methods of ensuring that these keys are not lost or misplaced and are not used by unauthorized persons. Keys will be returned upon completion of the contract. Contractor personnel will not have guests or visitors accompanying them to the work site. Cleaning will be provided only by person(s) contracted unless previously approved by the Government's Assistant Manager or Administrative Officer. V.Description of Work The contractor shall provide the technical effort necessary to achieve the defined standards for each of the tasks listed below: Janitorial services required consist of the following WEEKLY at the Headquarter's Office Building: Areas to be Cleaned: Upstairs - Clean all areas except closets.Basement - Clean 3 offices, 2 restrooms, hallways and both stairways. Floors: Floors shall be maintained to be free of all visible litter, dust, dirt, soils and stains. Vacuum all carpeted floor surfaces, vacuum all throw rug/mats, sweep and mop all non-carpeted floor surface areas (including stairways). Tile floors shall be waxed monthly. Bathrooms: Clean/sanitize all bathroom toilets, sinks, counters, towel dispensers, dividers, handrails, and mirrors. Spot clean walls as needed. All surfaces shall be free of grime, soap scum, mold, lime scale, rust and smudges. Contractor shall replace toilet paper, paper towels and soap (provided by government) in all dispensers. Furniture/Level Surfaces: Office furniture, file cabinets, countertops, shelves, and tables shall be clean and free of dust and cobwebs. Plexiglas on interpretive displays should be cleaned as needed with spray provided by Service. Telephones shall be sanitized. Contractor is not responsible for cleaning computers. Water Fountains: Empty overflow and wipe clean. Kitchen: Clean and sanitize all kitchen surfaces (including serving counter at bottom of stairway) and interior of microwave. Trash: Wastebaskets shall be emptied and maintained with clean liners, free of odors and visible dirt and trash. All garbage/trash shall be placed in the dumpster at the shop. Walls, Windows, and Doors: Walls, window ledges (lower than 8 feet) and door casings should be clean of cobwebs and dust. Window blinds, wall hangings, vents should be cleaned as necessary to be kept in professional looking condition. Windows: Entrance door and deck door windows are to be clean and streak-free. Janitorial services required consist of the following WEEKLY at the SHOP BUILDING Bathrooms: Clean/sanitize all bathroom toilets, sinks, counters, towel dispensers, dividers, handrails, and mirrors. Spot clean walls as needed. All surfaces shall be free of grime, soap scum, mold, lime scale, rust and smudges. Sweep floors. Contractor shall replace toilet paper, paper towels and soap (provided by government) in all dispensers. Waste baskets in both bathrooms and crew room shall be emptied and maintained with clean liners, free of odors and visible dirt and trash. All trash shall be placed in the dumpster at the shop.*Contractor is not responsible for cleaning crew room floor or the shower area. Janitorial services required consist of the following MONTHLY at the SHOP BUILDING Floors: Wash and wax both bathroom floors first weekend of each month. Janitorial services required consist of the following MONTHLY (first weekend of each month) in the large multi-purpose room in the basement at the Headquarter's Office Building: Floors: Floor shall be maintained to be free of all visible litter, dust, dirt, soils and stains. Vacuum all carpeted floor surfaces. Walls, Windows, and Doors: Walls, window ledges and door casings should be clean of cobwebs and dust. Window blinds, wall hangings, vents should be cleaned as necessary to be kept in professional looking condition. VI.Quality Assurance The Contractor shall develop and maintain a quality program to ensure custodial services are performed in accordance with commonly accepted commercial practices. The Contactor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program with plan and any supporting documentation shall be made available to the Government for review upon request. VII.Government Furnished Materials The Government will provide consumable paper products, liquid soap and trash bags for weekly services. PRIMARY CONTACT:Frank Durbian 320-589-4962 or 320-349-0023 (cell) SECONDARY CONTACT: Karen Stettner-320-589-1001 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) FORJANITORIAL SERVICES AT MORRIS WETLAND MANAGEMENT DISTRICT 1. PURPOSE. This Quality Assurance Surveillance Plan (herein after referred to as the "QASP") has been developed by the Government and adheres to performance-based acquisition (PBA) guidelines. This Plan will be used to ensure the Contractor performs in accordance with performance standards set forth in the contract documents and subsequent task orders, that the Government receives the quality of services called for in the contract, and that the Government only pays for the acceptable level of services received. 2. ROLES & RESPONSIBILITIES. The following government officials will participate in performance management of this contract. Their roles and responsibilities are described as follows: 2.1. Contracting Officer (CO): A person duly appointed with the authority to enter into, administer, or terminate contracts and make related determinations and findings on behalf of the Government. The CO is the only person with the authority to direct the contractor in the performance of their duties under the contract and to make interpretations of and changes to the contract. 2.2. Quality Assurance Monitor (QAM): This will be the Morris WMD Assistant Manager. The duties and limitations of the QAM are contained in their appointment letter. The QAM has primary responsibility for monitoring, assessing, recording and reporting on contractor compliance with the terms and conditions of the contract. The QAM maintains written records of the contractor's performance. 2.3. Contractor: The service provider ensures that an acceptable quality control system is provided and maintained. The contractor is required to provide all services identified in the PWS. 3. PROCEDURES. Government performance assessment will be conducted by the QAM in accordance with the Performance Standards Summary. Documentation of contractor performance should be accomplished on the Weekly or Quarterly Customer Feedback/Discrepancy Form as the observation is completed, thus preventing loss of information. All documentation generated in the performance of this plan will be marked, "For Official Use Only". 4. METHODS OF ASSESSMENT. 4.1. Visual Assessment. Visual inspection of work site to ensure the work meets requirements of the PWS. 4.3. Validated Complaint. If any Government personnel or visitor to the WMD center presents a complaint, the QAM will validate the complaint prior to reporting it to the Contractor for corrective action. 5. SUCCESSFUL PERFORMANCE AND REMEDIES. 5.1. Contractor performance will be assessed against the requirements of the PWS. Objective and subjective criteria will be employed during the assessment using the Performance Requirements Summary as a guide to the requirements. The contractor will correct any and all correctable discrepancies. These discrepancies will be corrected prior to acceptance of services and payment. 5.2. Assessments will be conducted by the QAM. Successful performance will receive the performance assessment and will be recorded on the Weekly Customer Feedback Report. Deficiencies will be identified to the contractor for corrective action.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/30181AQ344/listing.html)
- Place of Performance
- Address: Morris Wetland Management District43875 230th StreetMorris, MN
- Zip Code: 56267
- Zip Code: 56267
- Record
- SN02232608-W 20100808/100807000000-a36e0b5dc63b1d53e491baee4f0dc5db (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 |