Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 26, 2001 PSA #2901
SOLICITATIONS

S -- JANITORIAL SERVICES

Notice Date
July 24, 2001
Contracting Office
USDA Forest Service, Black Hills National Forest, RR 2 Box 200, Custer, SD 57730
ZIP Code
57730
Solicitation Number
RMAST-01-111
Response Due
August 15, 2001
Point of Contact
Brenda Oster 605/673-9322, FAX 605/673-9350 -- Dave Pakalski, Contracting Officer 605/673-9320
E-Mail Address
dpakalski@fs.fed.us (boster@fs.fed.us)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. The request for quotation (RFQ) solicitation number is RMAST-01-111. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. 3. This is a small business set aside. The associated NAICS code is 561720 and small business size standard is $12 million 4. Janitorial services for one basic year and four option periods at the Supervisor's Office and warehouse, Black Hills National Forest, Custer, SD 57730. The facility contains approximately 23950 SF of carpet and hard surface floors. The warehouse contains 1008 SF of hard surface. ITEM DESCRIPTION Unit Quantity UNIT PRICE TOTAL 1 Oct 2001-30 Sep 2002-Basic year 1. Janitorial MO 12 $__________ $______ 2. Snow removal/sanding EA 50 $__________ $______ 3. Carpet cleaning (May) LS 1 $__________ $_____ 4. Window cleaning (Oct and Apr) EA 2 $__________ $_____ 5. Clean lights (when requested) EA 405 $__________ $______ 1 Oct 2001-30 Sep 2002-Option year 1 6. Janitorial MO 12 $__________ $______ 7. Snow removal/sanding EA 50 $__________ $______ 8. Carpet cleaning (May) LS 1 $__________ $_____ 9. Window cleaning (Oct and Apr) EA 2 $__________ $_____ 10. Clean lights (when requested) EA 405 $__________ $______ 1 Oct 2002-30 Sep 2003-Option year 2 11. Janitorial MO 12 $__________ $______ 12. Snow removal/sanding EA 50 $__________ $______ 13. Carpet cleaning (May) LS 1 $__________ $_____ 14. Window cleaning (Oct and Apr) EA 2 $__________ $_____ 15. Clean lights (when requested) EA 405 $__________ $______ 1 Oct 2004-30 Sep 2005-Option year 3 16. Janitorial MO 12 $__________ $______ 17. Snow removal/sanding EA 50 $__________ $______ 18. Carpet cleaning (May) LS 1 $__________ $_____ 19. Window cleaning (Oct and Apr) EA 2 $__________ $_____ 20. Clean lights (when requested) EA 405 $__________ $______ 1 Oct 2005-30 Sep 2006-Option year 4 21. Janitorial MO 12 $__________ $______ 22. Snow removal/sanding EA 50 $__________ $______ 23. Carpet cleaning (May) LS 1 $__________ $_____ 24. Window cleaning (Oct and Apr) EA 2 $__________ $_____ 25. Clean lights (when requested) EA 405 $__________ $______ 5. SPECIFICATIONS FOR JANITORIAL SERVICES. Janitorial services for one basic year and four option periods at the Supervisor's Office and warehouse, Black Hills National Forest, Custer, SD 57730. To obtain a list of daily, weekly monthly, quarterly, semi-annual, and annul services requirements (8 pages), please contact Brenda Oster at 605-673-9322. 6. Full text of a clause maybe obtained electronically via the following internet address: FAR clauses, http://www.arnet.gov/far AGAR clauses, http://www.usda.gov/da/procure/agar/subchaph.html 7. The provision at 52.212-1, Instructions to Offerors Commercial (Oct 2000), applies to this acquisition. Add addenda to the provision as follows: a. Service of Protest (Aug 1996), FAR 52.233-2, See paragraph 15 for office address. b. Past performance information: Offerors shall provide a listing of all previous jobs of similar size and scope of work contained in this solicitation for the last 3 years. The list shall include a brief description of the contract, price, performance dates, POC's name, address and current telephone (including fax number), and provide any unsatisfactory performance record with your comments. Failure to provide timely past performance information may eliminate the offerors from further consideration. c. Provide a written summary of experience in similar efforts. d. Provide a proposed schedule of work. e. Provide a list of subcontractors, their past performance and summary of experience. 8. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) and the specific evaluation criteria to be included in paragraph (a) of that provision is as follows: This is a competitive best value source selection considering significant evaluation factors including price and past performance. The offeror's performance history will be considered approximately equal to price. The contract award selection process is as follows: a. Conduct a performance confidence assessment based on the offeror's recent and relevant performance. In assessing performance levels, the evaluators will question from the past performance information provided and from independent sources. Past performance information will be evaluated in the areas of management (providing adequate manning and equipment), quality of service (effective quality control and inspection program), timeliness of performance, and customer satisfaction. b. The data will be overall rated in the judgment of the evaluator as exceptional/high confidence, very good/significant confidence, satisfactory/confidence, marginal/little confidence, unsatisfactory/no confidence, and neutral/unknown confidence. c. Any derogatory past performance information obtained will be presented to the effected offeror, allowing that offeror an opportunity to respond with mitigating facts. Proposals receiving unsatisfactory and marginal ratings maybe eliminated from further consideration. The competitive range will consist of all the most highly rated proposals. d. If the lowest evaluated price offeror has received high performance confidence ratings, the offeror's proposal represents the best value for this acquisition and award will be made to this offeror without further consideration of any other offerors. e. The Government reserves the right to award a contract to other than the lowest evaluated priced offer if a higher priced offer is judged to have a higher performance confidence rating. In that event, the contracting officer shall make an integrated assessment best value award decision. f. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Govermnent to exercise the options. 9. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2001), with its offer. Note appropriate AGAR changes. Add the following certification and provide with your proposal: COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA) (a) The Offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212(d). (b) An offeror who checks "has not" may not be awarded a contract until the required report is filed. 10. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2001), applies to this acquisition. Add addenda to the clause as follows: a. Insurance Coverage (Nov 1996) AGAR 452.228-71 b. Work on a Government Installation (Jan 1997), FAR52-228.5 c. Progress reporting (Feb 1988) AGAR 452.237-76, Every month. d. Value Engineering (Feb 2000), FAR 52.248-1 11. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (Feb 2001), applies to this acquisition. Check clauses in paragraph b as follows: 1, 5, 7, 11, 12, 13, 14, 15, and 25. Check clauses in paragraph c as follows: 1, 2, 3 (Note: For paragraph 1, the applicable wage rate number is SD 1994-2485 (8 pages). This can be obtained from Brenda Oster by calling 605-673-9322. For paragraph 2 the equivalent classes of service employees and rates for federal hires are as follows: Janitor-WG-2/2 at $9.72, Ground maintenance laboror-WG3/2 at $10.69 and Window cleaner-WG3/2 at $10.69. 12. No other additional contract requirement(s) or terms and conditions are applicable. 13. No Defense Priorities and Allocations System (DPAS) rating are assigned. 14. Commerce Business Daily numbered notes are applicable to this acquisition as follows: Numbered Note 1 15. Proposals are due on 15 Aug 01 by close of business. Proposals must be sent to: USDA Forest Service, 25041 N hwy 16, Custer, SD 57730. 16. The individual to contact for information regarding the solicitation is Dave Pakalski at 605-673-9320.
Record
Loren Data Corp. 20010726/SSOL001.HTM (W-205 SN50S8K6)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on July 24, 2001 by Loren Data Corp. -- info@ld.com