|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1997 PSA#1897325th 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
|
|