SOLICITATION NOTICE
S -- Whitefish, MT custodial - Package #1
- Notice Date
- 2/18/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
- ZIP Code
- 20229
- Solicitation Number
- PR20086300
- Archive Date
- 3/29/2016
- Point of Contact
- David A Moss, Phone: 509-468-3869
- E-Mail Address
-
david.a.moss@cbp.dhs.gov
(david.a.moss@cbp.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- aerial photo of facility environmental concerns task frequency site info Statement of work Request for Quotes; Custodial, Snow Removal, Pest Control Services, Whitefish, MT. The United States Border Patrol is seeking quotes from interested parties to provide janitorial, grounds maintenance, and snow removal services for the Border Patrol office at 1295 and 1335 Hwy 93 West, Whitefish, MT 59937. A walk thru site visit tour of the facilities will be done one time starting at noon March 1, 2016. Dates will be from April 1, 2016 thru March 31, 2017, with possible options to extend from April 1, 2017 to March 31, 2021. This contract will cover two (2) compounds that are next to each other. Quotes must be received No Later Than 3pm March 14, 2016. Quotes will be accepted by mail, delivery service, or fax. Fax#: 509-353-2736. Fax quotes are not a guaranteed method of delivery. Contract will be for cleaning of areas, 5 times per week (Monday thru Friday, between the hours of 8am and 4pm. Your quote must be for the work described on the enclosed Statement of Work, and Task and Frequency Chart. Your response will only have to state your monthly charge for: Custodial Service for the described work; Quarterly Pest Control; Snow Removal price per hour for each of the three (3) levels of service, and your answers to the evaluation factors listed below. The winning vendor will be required to have a local business license, Federal Tax ID number, obtain a Dunn and Bradstreet number, and register in the governments SAM.gov website (System for Award Management). This will require direct/electronic deposit of your payments. The winning vendor, and all employees, must be legal residents of the United States and are subject to a criminal history and background investigation. ALL of this will only be required IF YOU ARE AWARDED THE CONTRACT. You will also be required to have a means of accepting payments by credit card for work related to the statement of work but not specifically covered by the SOW. Example: additional carpet cleaning, trimming trees/shrubs, maintaining non-lawn areas of the facility grounds, etc. Non selection announcements will not be made. A non selection briefing may be requested, if request is received by this office by 3 pm PST, March 11, 2016. Request may be verbal or written. Debriefing will be verbal ONLY. The quotes will be rated on several evaluation factors and scored on a 1-5 scale basis. Price is not the sole determination factor. Other factors will be : past performance; equipment; experience in performing this same type or similar work; quality assurance plan; reliability. The final determination will be based on the contracting officer's determination of "best value" for the government. Special consideration may be made for businesses that are registered with the U.S. Small Business Administration as: disabled veteran, HUB Zone, 8a, etc. Wages must be based on the current Department of Labor standards for janitorial work, which is $10.58 per hour. This includes the requirements to consider health and welfare coverage: Life, accident and health insurance plan(s). These benefits average approximately $4.27 per hour. These additional factors must be considered when determining the hourly rate. Sick leave, pension plan, paid vacation, and 10 paid holidays per year. ALL of these factors must be addressed in determining your labor cost. Economic price adjustments may be factored in to your quote for option years, if you request it.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20086300/listing.html)
- Place of Performance
- Address: 1295 & 1335 Hwy 93 West, Whitefish, Montana, 59937, United States
- Zip Code: 59937
- Zip Code: 59937
- Record
- SN04023463-W 20160220/160218234411-655f4eb3a3fa870eca1937a6d43e7129 (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 |