The RFP Database
New business relationships start here

Custodial Services-De Soto Nat'l Mem


Florida, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation for Commercial Items
FAR 12.603

General Information
Document Type: Combined Solicitation/Synopsis
Solicitation #: 140P5419Q0003
Posted Date: 01 Nov 18
Response Date: 10 Dec 18
Product or Service Code: S201 (Housekeeping-Custodial Janitorial)
Set Aside: Total Small Business
NAICS Code: 561720 (Janitorial Services)

Contracting Office Address
NPS, SER - South MABO
40001 SR 9336
Homestead, FL 33034

Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, B?Streamlined Procedures for Evaluation and Solicitation for Commercial Items,B? as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, effective 22 Aug 18.

The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, with a small business size standard of $18M.

This Acquisition may result in a firm fixed price contract with possibly four option years.

Place of Performance: De Soto National Memorial, 8300 De Soto Memorial Highway, Bradenton, FL. 34209

The South Major Acquisition Buying Office (MABO) in South Florida, is seeking to procure custodial services. Contractor shall provide all labor, supervision, material, tools, equipment, supplies, transportation and incidentals necessary to perform custodial services, maintain the specified areas of the buildings, including all offices, building furnishings and equipment, in a clean and sanitary condition. Total approximate area: 2,500 square feet. Work hours begin at 8:30 am and shall be finished working in areas subject to crowding, such as the public and exhibit areas of the Visitor Center before 10:00 am. Visitor Center (Seven Days Per Week), Administration Building (Two Days Per Week; Monday and Thursday). Visitor Center (VC) Daily: Each day the Contractor shall: Sweep then wet mop all restroom floors with an antibacterial environmentally friendly detergent. Wipe and disinfect all wash basins, urinals, toilet bowls, toilet seats, tile walls, and restroom partitions. Restock all consumable products such as toilet paper, paper towels, sanitary napkin bags and hand soap. Inspect and as necessary, clean and polish all mirrors, metal trim, and chrome fixtures. Clean, disinfect, and polish all water fountains. Vacuum all walk in mats and carpeted areas in the buildings. All other floor surfaces shall be cleaned daily, sweeping with a soft hair broom if necessary. Each day the Contractor shall: Rinse and clean all mop heads of dirt and detergent residue after each use, replacing as needed. Rinse and clean all rags of dirt and detergent residue after each use, replacing as needed. Place rags and mops in a designated location to dry. Each day the Contractor shall: Remove all surface soil, cobwebs, handprints, dust and grease from interior surfaces including doors, doorframes, trim, vents, window frames, and light switch covers. Clean lobby glass doors to remove all fingerprints and smudges. The Contractor shall not clean any exhibit materials, historic or reproduction items which are in exhibit areas and are not accessible to the public. Therefore, any items, displays and fixtures in exhibit areas behind barriers are not to be cleaned. Each day the Contractor shall: Empty all interior wastebaskets, trashcans and blue recycling receptacles, placing waste in the appropriate dumpsters supplied by the National Park Service. Once collected, all trash shall be moved in an orderly and safe fashion to the Government-furnished dumpsters. Dumpsters are located in the Maintenance Yard. Special attention shall be given to eliminate any turf or pavement damage while in the process of collecting refuse. Contractor shall be responsible for any damages resulting from failure to exercise reasonable care in refuse collection. Administration Building - TWO times a week (Monday & Thursday): Each scheduled service day the Contractor shall: Sweep then wet mop restroom floor and hallway with an antibacterial environmentally friendly detergent. Wipe and disinfect wash basin, commode and tile walls. Restock all consumable products - toilet paper, paper towels, sanitary napkin bags and hand soap. Inspect and as necessary clean and polish all mirrors, metal trim, and chrome fixtures. Vacuum all areas covered with carpeting or area rugs if accessible. Each scheduled service day the Contractor shall: Remove fingerprints and dirt from entrance door glass. Each scheduled service day the Contractor shall: Empty all interior wastebaskets, trashcans and blue recycling receptacles, placing waste in the appropriate dumpsters supplied by the National Park Service. Contractor shall replace all bags and wash out containers as needed to control odor and rodent infestation. Once collected, all trash shall be moved in an orderly and safe fashion to the Government-furnished dumpsters. Dumpsters are located in the Maintenance Yard. Additional Tasks: Contractor shall annually strip and reapply wax to the tile flooring in the Administration building. The new wax shall be applied in accordance with the manufacture's specifications. The Contractor shall pay particular attention to the hard-to-clean areas and shall remove all wax and dirt from the baseboards when completed.
The Contractor shall once annually shampoo all carpeted areas of the DESO Visitor Center and Administration building, using a carpet-cleaning machine that scrubs as well as extracts the carpet-cleaning solution. Spot cleaning of the carpets shall be done as required using a spot carpet cleaner. All windows in the DESO Visitor Center shall be cleaned by contractor. Task shall be completed four times annually in (January, April, July & October) during the length of this contract. To ascertain the Contractor's complete compliance with these specifications, the Contracting Officer's Representative may make a daily inspection of the Contractor's work. The Contractor is urged to have a responsible representative accompany the National Park Service personnel on this inspection. It shall be the Contractor's responsibility to contact the COR (941-792-0458 x104), as to what, if any, deficient work items are on record for the day so that they may be corrected during the next work day. This shall ensure that the missed items do not become cumulative deductions.
The Contractor shall be given Twenty-Four (24) hours to correct daily deficiencies on the record. All employees of the Contractor when reporting for work and while working in the park shall be required to wear an Identification Badge in plain view. These badges are to be supplied by the Contractor. In addition, all employee vehicles of the Contractor should be labeled to identify them as such.
The Contractor may complete unscheduled tasks on weekends or after normal duty hours only if the Contracting Officer agrees to this in writing. Work required to be done annually or semi-annually shall be scheduled with the COR in advance. The Contractor shall only bring environmentally friendly chemicals onto the site that have been approved by the COR. This includes, but is not limited to bathroom cleaners, window cleaners, floor strippers, floor waxes, carpet-cleaning chemicals, or treated cloths for dusting. Contractor shall use only properly labeled containers that have been approved by the NPS. NPS shall not tolerate willful ignorance, disregard of janitorial chemical storage, mixing, or use guidelines. The contractor shall provide Safety Data Sheets (SDS) for all products. NPS shall not provide carts, conveyances, or trailers for moving refuse or recyclables between buildings or from any building to the central dumpsters. The NPS shall grant the contractor access to these buildings during scheduled hours.

The term of the contract will be one 12 month base period and may include 4 option years.

All interested companies shall provide a quote for the following (on the SF 18):

Services (See SF18)

Line Item Description Qty U/I Unit Cost Total

Item 10: Base Yr: 12/17/2018-12/16/2019 12 mo _______ _________
Item 20: Opt Yr 1: 12/17/2019-12/16/2020 12 mo _______ _________
Item 30: Opt Yr 2: 12/17/2020-12/16/2021 12 mo _______ _________
Item 40: Opt Yr 3: 12/17/2021-12/16/2022 12 mo _______ _________
Item 50: Opt Yr 4: 12/17/2022-12/16/2023 12 mo _______ _________

The performance period is anticipated to be 12/17/2018 through 12/16/2023 if all option years are exercised.

Delivery Location: De Soto National Memorial, 8300 De Soto Memorial Highway, Bradenton, FL. 34209.

SITE VISIT: A site visit is scheduled for November 15, 2018 at 9:30am at De Soto National Memorial, 8300 De Soto Memorial Highway, Bradenton, FL. 34209. The purpose of this site visit is for contractors to ascertain the complexities and the location along with general local conditions which could materially affect conduct of operations of the cost thereof. Any questions must be submitted in writing to Mary_Stefanos@nps.gov NO LATER THAN 10:00am (EST) on Nov 26, 2018. A summary of questions and answers arising from the site inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the GovernmentB?s official response to questions. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Attendance of this site visit is highly recommended and is considered vital to the preparation of a competitive and cost effective quote, and to understand the total result desired by the Government and important for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted.

SCA Wage Determination # WD 15-4547 (Rev.-7) dated 07/03/2018 for Manatee County is applicable. It can be found at http://www.wdol.gov/

145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996)

(a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows:

$ 50,000.00 each person
$100,000.00 each occurrence
$100,000.00 property damage

(b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work.

Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance, which are all equally weighted. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, B?Instructions to OfferorsB?Commercial ItemsB? (Aug 2018)
2. FAR 52.212-2, B?Evaluation B? Commercial ItemsB? (Jan 2017)

3. FAR 52.212-3, B?Offerors Representations and CertificationsB?Commercial ItemsB? (Aug 2018)

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, B?Offerors Representations and CertificationsB?Commercial Items.B? If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
-FAR 52.212-4, B?Contract Terms and ConditionsB?Commercial ItemsB? (Jan 2017)
-FAR 52.212-5, B?Contract Terms and Conditions Required to Implement Statutes or Executive OrdersB? (Aug 2018)

The following subparagraphs of FAR 52.212-5 are applicable:
The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the GovernmentB?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child LaborB?Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658)

52.217-5 Evaluation of Options. (JUL 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision)

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000)

a) The Government may extend the term of this contract by written notice to the Contractor within 15 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months.

DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013)

Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the services provided and the completion date.

The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date.

Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Clause)

All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Make sure to include your total price, your DUNS number and acknowledge any amendments in your email submitting your quote.

All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received in time (by 10am ET on July 24, 2018).

This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than 10am ET on Dec 10, 2018 via email to Mary_Stefanos@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on Nov 26, 2018 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted.

Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov

Stefanos, Mary

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP