Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2011 FBO #3352
SOLICITATION NOTICE

S -- Window Cleaning - Package #1

Notice Date
1/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-11-Q-LF0001
 
Point of Contact
Lori A Fischer, Phone: 7577642922, Melissa S. Tamayo, Phone: 7572253150
 
E-Mail Address
fischer.lori@gmail.com, melissa.tamayo@langley.af.mil
(fischer.lori@gmail.com, melissa.tamayo@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Window Cleaning 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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-11-Q-LF0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. This acquisition is 100% set-aside for Total Small Business. The associated NAICS code is 561720 with a $16.5M size standard. This RFQ contains 1 lines item. The line item description is as follows: CLIN 0001 Window cleaning Qty: 10 months. The required start date is 14 days after date of award. PERFORMANCE WORK STATEMENT FOR WINDOW AND GLASS CLEANING SERVICES SCOPE OF WORK: The contractor shall provide all tools, transportation, supplies, materials, equipment, labor and supervision necessary to provide window and glass cleaning services for Langley Air Force Base. Contract will service 138 buildings with approximately 455,776 sq ft of windows. SCHEDULE AND INSPECTION: The contractor shall establish and maintain a work schedule for windows and glass to be cleaned throughout the period of performance. This schedule shall be coordinated with the Contract Quality Assurance Personnel (QAP) to avoid scheduling conflicts. Any change to the established schedule must be approved by the QAP or authorized representative. Upon completion of each scheduled cleaning, the QAP or authorized representative will inspect the completed work before authorization for payment for that of the contract may be made. The contractor is responsible for the replacement any glass that was damaged during the cleaning process. REQUIREMENTS: i. Squeegees shall not be longer than the width of the window or glass being washed. ii. Window and glass cleaning personnel shall observe the requirements of all Federal, and State Safety Standards. iii. Employees physically unfit shall not be permitted to engage in this type of work. iv. No one shall be allowed to work at window and glass cleaning without first being properly trained. v. No outside window and glass cleaning work shall be performed when weather conditions such as rain, high winds, or ice, etc., are such that they add to the hazards of the operation. vi. Smoking is prohibited except in designated areas. vii. The use of floor pads and/or sill pads to place buckets and other cleaning equipment on when cleaning windows and glass inside of the building shall be required to control spillage. viii. Contract performance shall not interfere with the functions of the offices. ix. Report all broken or loose glass and defective items to the QAP. x. Make certain that safety equipment has been inspected and is functioning properly. xi. Squeegees, brushes, and other equipment used for cleaning windows above the first floor level shall be attached to the window cleaners' persons or the window cleaning hoist either by a strong rope or a chain. This is to prevent the articles from falling and injuring someone, or damaging property. xii. The Contractor shall, when operating any window-cleaning hoist, rope off or barricade the area directly below the window cleaning operations. xiii. The Contractor shall, after beginning this service, perform same without undue delay. Once the service has started on any or all items or window and glass cleaning, the Contractor must continue to perform said service until said item or items have been satisfactorily completed. USE OF HOIST: The hoist used by the Contractor to clean any exterior glass will comply with OSHA and all applicable regulations. It is also thoroughly understood and agreed that: 1. The type and specific conditions of the hoist is suitable for use. 2. Storage of Contractor's hoist and appurtenances will be allowed at designated areas only. 3. The Contractor accepts full responsibility and liability for the operation and use of said hoist from any and all injuries and liability resulting from the use of same, and shall provide adequate insurance to cover any such injuries or liability. 4. The Contractor operates said hoist and its appurtenances in a safe and workmanlike manner. 5. Every precaution shall be taken in the setting up, rigging, and operation of said hoist and appurtenances to insure against injury to persons and/or damage to the building PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.222-44. Fair Labor Standards Act and Service Contract Act, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.203-7001, Buy American Act and Balance of Payments Program, applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. The clause at DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A, 5352.201-9101 Ombudsman, 5352.223-9001 Health and Safety on government Installations, 5352.242-9000, Contractor Access to Air Force Installation. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Team Lead Melissa Tamayo (addressed as follows) by obtaining written and dated acknowledgement of receipt from 633rd Contracting Squadron, Attn: Lori Fischer, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Lori Fischer at 633rd CONS/LGCZ, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 52.212-2. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: price. Quotes must be signed, dated and submitted by 1 February 2011, 1200 pm, Eastern Standard Time (EST) to the 633rd Contracting Squadron/LGCA, Attn: Lori Fischer, Contract Specialist, Commercial Phone 757-764-2922, Fax 757-225-7443, E-mail lori.fischer@langley.af.mil. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Lori Fischer, Contract Specialist, Phone 757-764-2922, Fax 757-764-7443, lori.fischer@langley.af.mil Email your questions to Lori Fischer at lori.fischer@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-11-Q-LF0001/listing.html)
 
Place of Performance
Address: 74 Nealy Avenue, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02367351-W 20110128/110126234440-d9038654989250d60823840f43bd5d40 (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.