Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1997 PSA#1897

325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526

S -- ASEPTIC HOUSECLEANING, CHILD DEVELOPMENT CENTER SOL F08637-97-Q7777 DUE 082197 POC TSgt Karen Ziemba, Contract Specialist, (904) 283-8633 This is a combined synopsis/solicitation of an indefinite delivery, indefinite quantity (IDIQ) contract for commercial items in accordance with the format in FAR 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; proposals are being requested and a formal solicitation will not be issued. This project, solicitation number F0863797Q7777, is to be issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through federal acquisition circular 90-46. The contract will be for aseptic type cleaning for the Child Development Center (CDC)for one base year with 4 one year options. This is a firm-fixed price contract. This is a 100% small business set-aside. The Standard Industrial Classification (SIC) code is 7349, with a small business being one with annual income less than $12.0 million. Offerors are to complete each of the 5 Contract Line Item Numbers (CLINS). No partial bids will be accepted. CLIN 0001- Basic year 01 Oct. 97 through 30 Sep 98; Aseptic type custodial service; CLIN 0002- Option year two, 01 Oct. 98 through 30 Sep 99; Aseptic type custodial service; CLIN 0003- Option year three, 01 Oct. 99 through 30 Sep 00; Aseptic type custodial service; CLIN 0004- Option year four; 01 Oct. 00 through 30 Sep 01, Aseptic type custodial service; CLIN 0005- Option year five; 01 Oct. 01 through 30 Sep 02, Aseptic type custodial service. Contractors actions will include but are not limited to providing all labor, equipment, materials and services required to: perform aseptic type cleaning for the Child Development Center (CDC) Building 1410, Tyndall AFB, Florida. Security Requirements: Interactions between contractor employees and children at the center will be limited. Physical contact shall not be allowed, and contractor employee shall not be alone with unsupervised children. The contractor must obtain favorable National Agency Check and Local Agency Check (LAC) investigations for its employees. Tyndall AFB's Security Police will be the point of contact for the NAC. Specific tasks: Contractor shall provide basic cleaning tasks; i.e. vacuum carpets, sweep floors, mop floors (to include janitor and storage closets, kitchen and all tiled areas, under freezer-daily, refrigerator & stove-monthly and walk-off mats). Remove trash; Perform low dusting; Perform high dusting; Shampoo Upholstery (monthly), Steam Clean Carpets (Monthly), Clean light fixtures (Monthly), Clean all glass partitions, interior and exterior; disinfect all porcelain and polished metal surfaces including drinking fountains; grounds maintenance; disinfect restrooms (children's restrooms shall be done three (3) times daily); wax floors(monthly); disinfect children's activity rooms (tables, chairs etc.); disinfect diaper changing areas, twice daily; disinfect cribs daily basis; disinfect and clean daily all scrubable toys used by children under 36 months of age; additional cleaning as needed (spills, spots, marks, vomit, etc.). Special Requirements: Two hour notification of additional custodial service to accommodate inspections from higher headquarters (estimate- twice a year); additional spot clean of restrooms; diaper disposal -- diaper removal shall occur three (3) times daily at 1000hrs, 1200hrs-1400hrs and closing. Diaper disposal will be through the main entrance of the facility. All diaper disposal units shall be disinfected each time the diapers are removed. The provisions at FAR 52.212-1, "Instructions to Offerors- Commercial Items", applies to this service. The Government intends to evaluate offers and award a contract without discussions. Therefore, qualified contractors should submit a quotation with the best possible price. The Government may reject any or all offers if such actions are in the public's best interest. Provisions at FAR 52.212-2, "Evaluation- Commercial Items," apply to this order. The Government intends to award a contract from this solicitation to the lowest-priced, responsible offeror, whose past performance is found to be acceptable, whose offer conforms to the solicitation to satisfy the Government's needs, and whose offer will be most advantageous to the Government. Offerors are to include a completed copy of the provision at FAR 52.212-3, "Offer Representations and Certifications- Commercial Items" with quote. The clause at FAR 52.212-4, "Contract Terms and Conditions- Commercial Items", applies to this acquisition. The clause at FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items", applies to this acquisition [this includes, but is not limited to, the following FAR clauses: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, as amended; 52.222.42, "Statement of Equivalent Rates for Federal Hires", in compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the class of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332]. The Government will exercise the option years IAW with FAR 52.217-9, Option to Extend the Term the Contract. The Government will give the Contractor a preliminary notice at least 60 days before the contract expires. The primary notice does not commit the Government to an extension. The clause at FAR 52.219-6, "Notice of Total Small Business Set-Aside," applies to this solicitation. A site visit will be conducted on 07 August 1997 at 9:00 am starting at the 325th Contracting Squadron, Tyndall AFB, FL. Personnel planning on attending the site visit should make notification of intent by providing name of firm and person attending the site visit. No written copies of this solicitation will be available. Department of Labor wage Determination 95-0222, Revision 4 applies. Representation and Certifications will be required. Quotes shall be submitted in writing to the 325th Contracting Squadron, address above, not later COB August 21, 1997. Attention: TSgt Karen Ziemba, (904) 283-8633, 325th CONS/LGCV, FAX (904) 283-3963 or e-mail: Karen Ziemba@cons@tyn-aetc (0206)

Loren Data Corp. http://www.ld.com (SYN# 0117 19970729\S-0006.SOL)


S - Utilities and Housekeeping Services Index Page