Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
SOLICITATION NOTICE

S -- Janitorial Services for Kealia Pond NWR, Kihei HI

Notice Date
9/3/2015
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181
 
ZIP Code
97232-4181
 
Solicitation Number
F15PS01239
 
Response Due
9/8/2015
 
Archive Date
9/23/2015
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
Total Small Business
 
Description
Title: Janitorial Services for Kealia Pond NWR, Kihei HI The U.S. Fish and Wildlife Service has a requirement for janitorial services at Kealia Pond National Wildlife Refuge, Kihei HI. Kealia Pond NWR (Refuge) Headquarters/Visitor Center facility is a 7500 sq. ft. building located at mile post 6, Mokulele Highway in Kihei, Maui 96753. Project is a small business set-aside. Applicable NAICS code is 561720. Small business size is defined as $18.0 million or less annually when averaged over a three year period. Services to run for a base year and will include four option years to exercised solely at the discretion of the Government. Firms interested in attending a site visit should contact Calvin Willis at office phone (808) 870-6450. A brief description of services as follows: 2. SCOPE: 2.1Contractor will be responsible for janitorial services at the Ke ¿lia Pond NWR Headquarters/Visitor Center facility (approx. 7500 S/F) located at Mile 6 Mokulele Highway, Kihei, Maui 96753. The janitorial services will be required bi-monthly between the hours of 7:30 a.m. ¿ 4 p.m. (Monday ¿ Friday). The contractor will adhere to the Refuge ¿s Green Cleaning Policy and use only natural cleaning products that are earth-friendly and nontoxic chemical products. Contractor shall describe how they plan to provide ¿green cleaning services ¿ at Ke ¿lia Pond NWR ¿s facility and detail their planned use of green cleaning products that are nontoxic and earth-friendly in this proposal. All work shall comply with the requirements of the Occupational Safety and Health Administration (OSHA). 2.2Task/Deliverables Standard (Tasks described here along with Attachment 1) Deep Cleaning to include: deep cleaning/sanitizing of 4 bathrooms: scouring toilets to remove stains, cleaning floors (sweep (remove all debris and dirt), mop and scrub to remove all stains) and counters (wipe with disinfectant/water mixture) and sinks (clean with disinfectant/water mixture and remove stains), emptying and cleaning sanitary napkin holders, washing partitions, cleaning light fixtures, dusting high / low areas to remove cobwebs and dust, cleaning (2) meeting room tables (dust and wipe down), chairs (wipe down), podiums (dust, wipe down), cleaning ceiling vents to remove all dust and cobwebs, AC vents to remove dust and cobwebs, and window sills to remove all dust and cobwebs, vacuuming and shampooing all carpets and rugs, blinds (clean all slats to remove dust, screens (remove dust) and windows and glass doors (inside and out and make sure they are streak free), cleaning offices and other rooms (dust, vacuum, mop floors), emptying trash. (Deep cleaning will be completed as part of initial building cleaning and then at 6 month intervals, as needed) Bi-Monthly Standard Cleaning to include: emptying trash, dusting surfaces, cleaning/sanitizing bathrooms in visitor center (2) and Headquarters (2), cleaning public entrance glass doors, cleaning visitor center viewing windows, sweeping and mopping floors (visitor center (use water only), bathrooms, kitchen, bio-utility room and copy room), vacuum carpets, wipe window sills, wipe baseboards, dust displays (dust rag provided),clean kitchen area floors, sinks and counters, wipe down dusty furniture and keyboards, windows as needed. Source selection process will be best value. Evaluation criteria is defined as follows: 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, price and other factors considered. The following factors shall be used to evaluate offers; 1) Technical capability of the item offered to meet the Government requirement (not-to-exceed 3 pages); 2) Past performance (not-to-exceed 3 pages); and 3) Price (no page limit). Technical and past performance, when combined, are significantly more important that price. Solicitation Number F15PS01239 with attachments is being posted with this synopsis notice with quotes due by 3 PM PDT on Tuesday, September 8, 2015. Quotes must be received by mail channels by no later that date/time or can be emailed to Karl_Lautzenheiser@fws.gov or sent be facsimile to (503) 231-6259. No further notice will be posted on Fedbizopps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical questions, please contact Calvin Willis at 808-870-6450 or email to Calvin_Willis@fws.gov. Contracting questions can be addressed to Karl Lautzenheiser at (503) 231-2052 or by email to Karl_Lautzenheiser@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS01239/listing.html)
 
Record
SN03870286-W 20150905/150903235725-74445c97686924affb9405a59ee1465d (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.