Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2012 FBO #3875
SOLICITATION NOTICE

S -- Janitorial Service for USDA/APHIS/VS Office, Frankfort, KY - SF1449

Notice Date
7/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-12-0091
 
Archive Date
8/30/2012
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208, Latisha Holiman, Phone: 612-336-3221
 
E-Mail Address
carol.dingess@aphis.usda.gov, Latisha.A.Hollman@aphis.usda.gov
(carol.dingess@aphis.usda.gov, Latisha.A.Hollman@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachmt 3 - Wage Det 02-221_rev 13 Attachmt 2 - Contractor PIV procedure-Rev1 SF 1449 - Please complete and return This solicitation is being issued using simplified acquisition procedures in accordance with FAR subparts 12.3 and 13.1. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 Janitorial Services for a 100% small business set-aside. The Small business size for this category is $16.5 Mil. The U.S. Department of Agriculture is a Tax Exempt Agency; exempt from state and federal tax. Services Required: Janitorial Service for USDA/APHIS/VS Office, Frankfort, KY. This is a firm fixed price Service Contract for (1) year and ( 2) option years. All cost to include but not limit to: overhead, general and administrative, profit, insurance, and transportation) (9,500 square feet) Hours of Service Monday through Friday, excluding holidays, between the hours of 7:30a.m to 4:30p.m. Services shall be performed during office hours with the least amount of disruption to personnel working. Saturday work is authorized for the annual cleaning of ALL floors only. Laboratory space is divided between an administrative section and working laboratory section which requires authorized access. The Contractor shall provide all personnel, equipment, and tools to perform janitorial services as defined in this Statement of Work with the exception of those items and property identified as program/Government Furnished. All Contractor employees shall be provided a security badge which shall be worn at all times while at the facility. The US Department of Labor Wage Determination WD- 2005-2221, for Franklin County, Kentucky where the work will be performed Apply to this Service See Attached SF 1449 for Statement of Work The selected Offeror must comply with the following clauses, some of which are incorporated by reference: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 452.211-74 PERIOD OF PERFORMANCE (FEB 1988) 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (MAY 2012) 52.247-21 CONTRACTOR LIABILITY FOR PERSONAL INJURY AND/OR PROPERTY DAMAGE (APR 1984) 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 452.237-74 KEY PERSONNEL (FEB 1988) AGAR 452.209 - 71 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The selected Offeror must comply with the following provisions 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (FEB 2012) 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.223-1 BIOBASED PRODUCT CERTIFICATION (MAY 2012) AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. 52.237-1 SITE VISIT (APR 1984) INSTRUCTIONS CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS In order to have a complete proposal package, as a minimum, the proposal package must contain the following items: Signed attached Standard Form 1449 (47 pages) (Please complete boxes 17a, & 30a,b & c on page 1) Completed Schedule of Items (Part I, Section B - Supplies or Services and Prices/Cost found in item 20 on pages 1 & 2 of SF1449) Completed list of Past Performance information Proof of liability insurance Completion of AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. ONLINE Completion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items at http://orca.bpn.gov ONLINE A completed Central Contractors Registration at http://www.ccr.gov Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please check location address and be sure transportation cost is feasible. There will be no reimbursement for transportation costs to and from location(s). PLEASE CONTACT Mayme Whaley (PH: 502-848-2055) or Billie Lenear (PH: 502-848-2053 REGARDING ACCESS TO FACILITlES FOR WALK THROUGH SURVEY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0091/listing.html)
 
Place of Performance
Address: USDA/MRPB/APHIS/VS/VS, 105 Corporate Drive, Suite H, Frankfort, Kentucky, 40601, United States
Zip Code: 40601
 
Record
SN02791828-W 20120704/120702234815-adbf3911d869b6509815cf7e3c663ba7 (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.