The RFP Database
New business relationships start here

US FWS R7 JANITORIAL CONTRACT AT BETHEL ALASKA


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

U.S. Fish and Wildlife Service, Anchorage, AK has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Proposal (RFP) Number 140F0719R0002. This announcement constitutes the only solicitation. A written solicitation will be issued and attached to this posting for reference only. This RFP falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #2019-01, effective Dec 20, 2018. This requirement is set aside for small businesses within the local area of Bethel Alaska. The North American Industrial Classification System (NAICS) number is 561720, Housekeeping B? Custodial Janitorial and the size standard is $18M. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis.

The U.S. Fish and Wildlife Service is requesting proposals to purchase janitorial services in accordance with the following performance work statement:
1. GENERAL INSTRUCTIONS

1.1 PERFORMANCE WORK STATMENT

The Contractor shall furnish all labor, tools, equipment, and supervision necessary to perform janitorial services detailed in this Performance Work Statement (PWS) for the U.S. Fish and Wildlife Service, Yukon Delta National Wildlife Refuge, Visitor Center, Headquarters Office Area, Maintenance Shop, Bunkhouse Building, located at 807 Chief Eddie Hoffman, Bethel, Alaska.

Square footage provided for flooring types are approximate. It is the responsibility of the contractor to verify actual area of the various flooring types as required for determination of cleaning supplies, finishes, etc. Overall square footage of buildings does not include mechanical rooms or maintenance bays which are not included within the scope of the contract.

The following specifications apply to the Visitor Center, Downstairs Office Area:
The Visitor Center-Downstairs Office Area has approximately 2,364 square feet, which includes a reception area, exhibit area, conference room, a water lab, five (5) offices, and menB?s and womenB?s restrooms. Floor area includes approximately 1912 square feet of carpet and 452 square feet of vinyl flooring.

The following specifications apply to the Upstairs Office Area:
The Upstairs Office Area has approximately 2364 square feet, which includes menB?s and womenB?s restrooms, a janitorB?s closet, a kitchen, eleven (11) offices, a cubicle work area, and two storage areas. Flooring in the upstairs area is primarily carpet and consists of approximately 1882 square feet of carpet and 482 square feet of vinyl flooring. Two stairways connect the upstairs to the downstairs.

The following specifications apply to the Maintenance Shop:
The maintenance shop has approximately 1200 square feet of hard floor, which includes an office, eyewash station, janitor closet, bathroom with shower, loft storage, water room, boiler room, air-handling room, and electrical room. The office, eyewash station, janitor closet, and bathroom with shower are the only cleaning needs in the shop area.

The following specifications apply to the Bunkhouse:
The bunkhouse is approximately 1141 square feet of carpet and 312 square feet of vinyl flooring which includes four (4) bedrooms, two (2) bathrooms, one (1) main lobby and dining area, one (1) kitchen, one (1) laundry room and two (2) entry ways.

1.2 HOURS OF OPERATIONS

HOURS FOR CLEANING - All cleaning shall be accomplished between the hours of 3:00pm and 10:00pm. The bunkhouse cleaning must be done before 8pm on weekdays and weekends. The main headquarters office cleaning hours must start on or after 4:00pm on weekdays. Carpet shampooing shall be done to allow adequate time for carpet to thoroughly dry before business commences.

October 1 through March 31: Three (3) days per week, days to be agreed upon between contractor manager and Government COR at the beginning of the contract.

April 1 through September 30: Four (4) days per week, one (1) of which may be bunkhouse only, days to be agreed upon between contractor manager and government contracting representative at the beginning of the contract.

Monthly, Semi-Annual services (to be performed in the months of October and April) and Annual (May) are described in paragraph 2 below. Monthly and Semi-Annual services can be done on the same day as a normal weekly service. In all cases, coordinate with the COR for dates of either monthly or semi-annual services.

1.3 GOVERNMENT PERSONNEL

The Contracting Officer is the individual executing this contract on behalf of the Government and is responsible for the overall administration of the contract. He/she is the only person authorized to make any changes in the prices, terms or other conditions of the contract.

The Facilities Manager at the Yukon Delta NWR is designated as the Contracting Officer's Technical Representative (COR). The COR is responsible for giving the Contractor any special instructions or guidance necessary to complete the work; however, he/she has no authority to alter the terms and/or conditions of the contract.

1.4 CONTRACTOR PERSONNEL

For security reasons, at the start of this contract the contractor will provide a list of names, addresses and phone numbers of personal that will be assigned to this contract. The contractor shall have a competent on site representative authorized to act on behalf of the contractor, available to the COR to receive instructions or information regarding work under the contract. Billable hours for this on-site representative are not authorized unless he/she is a working supervisor. The on-site representative must be able to read, write, speak, and understand English. The on-site representative shall provide a phone number where he/she can be contacted 24 hours per day 7 days a week.

The contractor shall furnish adequate supervision at the premises to ensure that work is performed in a satisfactory manner. It is the responsibility of the contractor to maintain close surveillance over personnel employed to perform work on the contract.

The contractor shall provide the COR with the names of all personnel performing work on this contract and shall advise the COR immediately of any changes in personnel. "Immediately" for the purpose of this notification shall mean the beginning of the next regular business day for the COR.

No person(s) other than those designated in writing and with an approved background check to the COR shall be permitted in this facility. The Contractor is responsible for all costs associated with obtaining the background investigations in accordance with Section 144807-12.

1.5 CONDUCT OF CONTRACTOR EMPLOYEES

The Contractor shall provide a qualified work force meeting the contract requirements. The COR or alternate shall be available on cleaning days before 4:30 p.m. either in person or by telephone to discuss problem areas with the Government Contracting Representative (COR).

The following conduct is expected of the Contractor and his/her employees:
(a)     Employees shall perform their duties in such a way that there will be no interruption to, or interference with, the normal operation of Government business on the premises.
(b)     No children will accompany the parents while performing work.
(c)     None of the office equipment is available for cleaning personnel use. This includes telephones, photocopier, fax machine, computers, and other office equipment.
(d)     Janitor closet is to be kept clean, neat, organized, and free from any odor (i.e. stale wet mops, un-emptied trashcans). Mops are to be cleaned and dried after every use. All cleaning compounds shall be environmentally sound.
(e)     All cleaning materials should be earth-friendly, any cleaning substances that are to me used on an irregular basis for which there are no green alternatives shall be stored off site. All cleaning material secondary containers must be clearly labeled with their contents and with specific safety warnings. All cleaning products shall be environmentally friendly and safe.
(f)     Janitor personnel vehicles are to be parked in the staff parking lot, away from the front door of the buildings expect when loading and unloading equipment and supplies.
(g)     All janitorial personnel will keep a checklist of completed tasks posted for review by the COR. Each checklist will indicate that the task was completed and the date of completion. All tasks should be completed in compliance with the frequency/cleaning schedule for the area listed.
(h)     Four weeks prior to starting work, complete and submit clearance request forms in accordance with clause 144807-12.

1.6 CONTRACTOR FURNISHED EQUIPMENT AND PROPERTY

The Contractor shall determine and furnish all equipment required for the performance of work under this contract. All equipment will comply with applicable OSHA guidelines, and shall be in good operating condition. The Contractor will operate the equipment in accordance with the original manufacturer's recommendations.

Equipment shall include but is not limited to, buffing, polishing, and scrubbing machines for use on floors, commercial grade vacuum cleaners, ladders, buckets, mops, cloths, brushes, squeegees, brooms, bulk waste receptacles, rolling trash bins, etc. Equipment used shall be in good operating condition. Electrical appliances shall be equipped with grounded type male plugs of the most suitable grade for the purpose intended. There are no provisions in this contract for contractor storage of any equipment such as vacuum cleaners, ladders, carpet shampooing equipment or floor buffers.

1.7 CONTRACTOR FURNISHED SUPPLIES

The Contractor shall furnish all cleaning supplies and materials necessary for the performance of work under this contract. Materials include but are not limited to cleaners, dust rags, tile cleaner, polishes and wax. Materials shall be priced into the cost of the weekly, monthly, and semi-annual services, as applicable.

All materials left on site shall have:
(a)     Legible markings on containers that designate what the product is and what the applicable hazards are.
(b)     Earth-friendly

Executive Order 13101, Greening the Government through Waste Prevention, Recycling and Federal Acquisition requires items designated by the Environmental Protection Agency (EPA) be purchased with the maximum recycled content possible. The Contractor is required to use products with the highest recovered material content whenever they are commercially available at a reasonable price. The Contractor shall purchase products containing the highest content of recovered material possible unless products are not: 1) available competitively within a reasonable timeframe, or 2) available at a reasonable price. For a full listing of products and EPA's recommendations for recovered material content, see http://www.epa.gov/cpg/products.htm.

If one of the two exceptions above applies, the contractor shall furnish the COR a written justification prior to purchase of the listed items without the minimum recommended recovered material content.

Environmental Management System Procedures (EMS): The Yukon Delta National Wildlife Refuge uses an EMS to guide all activities in an environmentally friendly manner. Under this requirement, the contractor shall identify and utilize where possible bio-based cleaners, recycled content paper products, and non-toxic chemicals.

1.8 GOVERNMENT FURNISHED MATERIAL AND PROPERTY

The government shall provide at no expense to the Contractor, all trashcan liners, hand soap, toilet tissue, and paper towels. The government will also furnish refuse dumpsters outside of buildings and recycling containers, and entry keys for buildings. Failure by the government to provide these shall not relieve the Contractor of responsibility to fulfill requirements except those directly affected by such items. Contractor shall keep Yukon Delta NWR informed of inventory requirements.

1.9 UTILITIES

Electrical power will be furnished by the Government at existing power outlets for the operation of equipment as is necessary to perform building maintenance. Hot and Cold water will also be made available to the Contractor as necessary for the performance of the work.

1.10 STORAGE

There are two janitor closets available under this contract, one upstairs in the Office area and one downstairs in the Maintenance Shop area of the headquarters building. No other buildings under this contract have janitor closets. There are no provisions in this contractor for storage of bulk cleaning supplies or consumables (described as more than 1 monthsB? worth of any product).

No flammables will be stored anywhere on Government premises.

The Government will not be responsible for damage and/or loss to the Contractor's stored supplies, materials, equipment, or the personal belongings of the Contractor's employees occasioned by fire, theft, accident, or otherwise.

Failure to keep any of the storage facilities described above in a clean and orderly condition, satisfactory to the COR, may result in the withdrawal of the privilege of using them.

1.11 DAMAGE TO PROPERTY

The Contractor is liable for damage to both Government and private property in performance of this contract where the damage is the fault of the Contractor or caused by operations, as determined by the COR.

1.12 INTERFERENCE WITH BUSINESS

The Contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or by Government employees. The services under this contract shall be performed in such a way that there will be no interruption to or interference with the normal operation of Government business on the premises. Persons employed by the contractor shall, while on the premises, comply with all applicable regulations.

1.13 LAWS, ORDINANCES AND REGULATIONS

The Contractor shall comply with all laws, ordinances, and regulations and shall obtain and pay for all necessary permits and licenses.

1.14 ATTIRE

The Contractor shall provide protective equipment or clothing such as appropriate protective gloves and eyewear as necessary for employees performing tasks under this contract. All janitorial employees will, at all times, be properly and professionally attired. The proper attire shall be left up to the Contractor.

1.15 PAYMENT

Payment for weekly services will be made on a monthly basis, in arrears, after acceptable completion of such services and submission of a proper invoice in accordance with the Payment clause of the contract. The Contractor shall submit the monthly invoice via Internet Payment Platform (IPP) at the end of the month.

Payment for semi-annual services will be made, in arrears, after acceptable completion of such services and submission of invoice in accordance with the Payment clause in the contract. The Contractor shall submit the invoice for quarterly and for semi-annual services via Internet Payment Platform (IPP), upon completion of such services.

1.16 PERFORMANCE MEETING

The Contractor shall contact the COR to schedule a meeting upon notification of award of this contract. The purpose of this meeting is to review the Work Statement and Checklist, provide communication and understanding between both parties, and to issue key(s) to the Contractor.
    
2. DESCRIPTION OF WORK TO BE PERFORMED

2.1 GENERAL

Janitorial services as described below are required for the Yukon Delta National Wildlife Refuge Visitor Center, Headquarters Office Area and Maintenance Shop; visitor center located inside Headquarters Building and Bunkhouse Building, located at 807 Chief Eddie Hoffman Hwy, Alaska.

Areas and surfaces shall receive the cleaning, care, and treatment specified at the frequency designated below. The Contractor shall perform janitorial services in all designated spaces including, but not limited to, offices, bathrooms (including showers), kitchens, office work areas, hallways, break rooms, and entryways. The Contractor shall furnish all managerial, administrative, and direct labor personnel necessary to accomplish the work in this contract. The Contractor is required to develop and maintain a checklist of duties and shall leave a completed copy of the form in the mailbox of the COR each time services are completed. The Contractor's employees performing the work shall sign and date the form prior to leaving the building.

As indicated in the following schedule for services, the instruction to B?empty all wastebaskets and replace linersB? shall be accomplished in the following manner. Waste receptacles containing food or liquid waste shall be completely emptied to include removing the soiled liner and replacing with a new liner. When the contents of a receptacle are dry (i.e. paper, candy wrappers, or plastic bags) the waste may be removed from the receptacle and deposited in a larger container for disposal, leaving the unsoiled liner.

Cleaning staff are not to do dishes or in any way pick up the mess left by Refuge employees in any employee lounge, kitchen, laundry, or shower areas. Only general cleaning is required. The COR shall be notified of any areas which could not be properly cleaned due to a mess left by Refuge employees on the checklist of duties form put into the CORB?s mailbox.

No towel or cleaning rag that was ever used in any bathroom will be used in any kitchen or lounge area. Only high temperature machine-washed (clean) rags or clean paper towels will be used. No gloves that were ever used in any bathroom will be used when cleaning kitchen.
    
2.2 TRI- WEEKLY SERVICES FOR THE VISITOR CENTER AND PUBLIC RESTROOMS

General:
(a)     Empty all wastebaskets and replace liners.
(b)     Clean and sanitize drinking fountains.
(c)     Dust mop or sweep vinyl floors.
(d)     Vacuum all open carpeted areas.
(e)     Inspect all floors for spots and stains; remove spots or stains larger than 1B? in diameter when they occur.    
(f)     Remove all trash and transport it to the dumpster located at the headquarters-building parking lot.

Restrooms    
(g)     Check and replenish all dispensers: toilet tissue (leave spare rolls in all bathrooms), paper towels, hand soap, etc.
(h)     Thoroughly clean and sanitize bathrooms: sinks, toilets (including but not limited to seat, back edges, floor flanges, handles, and pipe connections), urinals, mirrors (including shelves), partitions, fixtures, countertops, entry door handles and door push plates. All surfaces shall be free of grime, soap scum, mold, mildew, and smudges.
(i)     Remove spots, stains, and splashes from wall area adjacent to hand basins.

Once a week:
General
(j)     Wash and sanitize exterior of all trash containers.
(k)     Clean reception lobby glass including front door area, displays, and front counter.
(l) Dust the reception lobby front counter, displays, and gift nook.

Restrooms
(m)     Clean and polish all glass and mirrors.
(n)     Ensure the use of germ killing tablets for all toilet reservoirs and urinals.

Floors: Resilient and Hard
(o)     Remove dark marks and spots.
(p)     Wet mop and wax.

2.3 TRI-WEEKLY SERVICES FOR THE HEADQUARTERS OFFICE AREAS ON FIRST AND SECOND FLOORS; KTCHEN, JANITOR CLOSET, AND RESTROOMS ON SECOND FLOOR.

General:
(a)     Empty all wastebaskets and replace liners.
(b)     Clean and sanitize kitchen sink area.
(c)     Dust mop or sweep vinyl floors.
(d)     Vacuum all open carpeted areas.
(e)     Vacuum stairs
(f)     Inspect all floors for spots and stains; remove spots or stains larger than 1B? in diameter when they occur.    
(g)     Notify COR of all burned out light bulbs and LED tubes on the checklist form.
(h)     Remove all trash and transport it to the dumpster located at the headquarters-building parking lot.

Restrooms    
(i)     Check and replenish all dispensers: toilet tissue (leave spare rolls in all bathrooms), paper towels, hand soap, etc.
(j)     Thoroughly clean and sanitize bathrooms: sinks, toilets (including but not limited to seat, back edges, floor flanges, handles, and pipe connections), urinals, mirrors (including shelves), partitions, fixtures, countertops, entry door handles and door push plates. All surfaces shall be free of grime, soap scum, mold, mildew, and smudges.
(k)     Remove spots, stains, and splashes from wall area adjacent to hand basins.

Once a week:
General
(l)     Dust exposed desk areas, computer towers, screens and shelves.
(m)    Clean and polish bright handrail on stairs.
(n)     Clean Janitor Closet to include mops cleaned and air-drying.

Restrooms
(o)     Clean and polish all glass and mirrors.
(p) Clean doors and sanitize door handles.

Floors: Resilient and Hard
(q)     Remove dark marks and spots.
(r)     Wet mop and wax.


2.4 TRI-WEEKLY SERVICES FOR THE MAINTENANCE SHOP B? OFFICE, JANITOR CLOSET, RESTROOM and EYE WASH STATION ONLY

General:
(a)     Empty all wastebaskets and replace liners.
(b)     Dust mop or sweep vinyl floors.
(c)     Inspect all floors for spots and stains; remove spots or stains larger than 1B? in diameter when they occur.    
(d)     Remove all trash and transport it to the dumpster located at the headquarters-building parking lot.

Restroom    
(a)     Check and replenish all dispensers: toilet tissue (leave spare rolls in all bathrooms), paper towels, hand soap, etc.
(b)     Thoroughly clean and sanitize bathrooms: sinks, toilets (including but not limited to seat, back edges, floor flanges, handles, and pipe connections), urinals, mirrors (including shelves), partitions, shower stalls, fixtures, countertops, entry door handles and door push plates. All surfaces shall be free of grime, soap scum, mold, mildew, and smudges.
(c)    Remove spots, stains, and splashes from wall area adjacent to hand basins.

Eye Wash Station
(d) Thoroughly clean and sanitize eye wash station
(e) Remove spots, stains, and splashes from wall area adjacent to eyewash station.

Once a week:
General
(f)     Dust exposed desk areas, computer towers, screens and shelves.
(g)    Clean Janitor Closet to include mops cleaned and air-drying.

Restroom Only
(h)     Clean and polish all glass and mirrors.
(i)     Remove fingerprints from doors, frames, light switches, handles, and kick/push plates.

Floors B? Resilient and hard
(j)     Remove dark marks and spots.
(k)     Wet mop and wax.

2.5 WEEKY SERVICES FOR THE BUNKHOUSE FACILITIES

General:
(a)     Empty all wastebaskets and replace liners.
(b)     Remove fingerprints, streaks, and marks from light switches, doors, handles, kick/push plates, and glass surfaces.
(c)     Dust mop or sweep and wet mop all tiled, laminate, vinyl or resilient wood floors. Move chairs, boxes, wastebaskets, coat racks, in order to work on the floors. Replace all the above to original position upon completion. When completed, the floors shall be free of dust, mud, sand, footprints, liquid spills, and other debris.
(d)     Dust all horizontal surfaces including but not limited to window sills, ledges, moldings, door sills, window blinds, cove base top edges, filing cabinets, bookcases, shelves, heater vents furniture, and chair legs. All surfaces shall be free of dust, dirt, grime, and sticky surfaces.
(e)     Inspect all floors for spots and stains; remove spots or stains larger than 1B? in diameter when they occur.
(f)    Vacuum all open carpeted areas.

Bathrooms:
(f)     Check and replenish all dispensers: toilet tissue (leave spare rolls in all bathrooms), paper towels, hand soap, etc.
(g)     Thoroughly clean and sanitize bathrooms: sinks, toilets (including but not limited to seat, back edges, floor flanges, handles, and pipe connections), urinals, mirrors (including shelves), partitions, shower stalls, fixtures, countertops, entry door handles and door push plates. All surfaces shall be free of grime, soap scum, mold, mildew, and smudges.

Kitchen:
(h)     Clean and sanitize sink, exterior surfaces of counter tops, stove, microwave, and refrigerator. Include sink backsplash and exposed wall.
(i)     Dust all horizontal surfaces including but not limited to refrigerator tops, windowsills, ledges, moldings, doorsills, window blinds, and cove base top. All surfaces shall be free of dust, dirt, grime, and sticky surfaces.

2.6 SEMI-ANNUAL SERVICES FOR VISITOR CENTER, HEADQUARTERS OFFICE AREA, BUNKHOUSE and MAINTENANCE SHOP (October and April)

(a)     Machine shampoo all open carpeted areas.
(b)     Vacuum all furniture and apply wood polish to wood furniture.
(c)     Clean all light covers, diffusers in ceiling light fixtures, and desk lampshades. This does not include overhead bay lighting in any area.
(d)     Clean light and air diffuser outlets in ceilings and walls.
(e)     Remove dust and cobwebs from ceiling, walls, exterior of cabinets, and display areas.
(f)     In restroom areas, sanitize all surfaces with the exception of ceilings. This shall include a sanitizing wet and wipe of all floors, walls (floor to ceiling height), fixtures, partitions, doors, handrails, etc.

2.7 ANNUAL SERVICES FOR VISITOR CENTER, HEADQUARTERS OFFICE AREA, BUNKHOUSE and MAINTENANCE SHOP (May)

(a)     Strip and wax all vinyl floors. Move chairs, boxes, wastebaskets, coat racks, etc. in order to work on floors. Replace all the above to original position upon completion.
(b)     Wash windows on the inside and the outside surfaces, including glass in doors (first floor only for outside windows). When complete, the window surfaces shall be free of smudges, lint, streaks, film, dirt, and water.
(c)     Remove and wash all window screens. When complete, reinstall screens.
(d)     Clean all windowsills, casement slots, and edges to remove smudges, lint, streaks, film, dirt, and water.

3. QUALITY ASSURANCE PLAN

3.1 GENERAL

The Contractor shall perform all services in compliance with accepted industry standards (i.e. Building Owners and Management Association (BOMA) and National Association of Professional Cleaners (NAPC)), guidelines, and practices and in accordance with any quality assurance/quality control program normally used by the Contractor.

3.2 PERFORMANCE STANDARDS

The objective of this contract is to provide clean facilities and a healthy environment for employees. Specifically:
(a)     The Contractor shall ensure that the building presents an overall appearance of cleanliness. The definition of clean is to remove dirt, water streaks, gum, grease, tar or any other extraneous matter from all surfaces or objects in order to present an overall appearance of cleanliness.
(b)     The Contractor shall ensure that the facilities are sanitized and kept free from accumulations of dust.
(c)     The Contractor shall furnish all necessary labor, supervision, equipment, and supplies to adequately maintain the facilities at an acceptable level of cleanliness that is consistent with comparable industry standards (i.e. BOMA and NAPC).

3.3 ASSESSMENT

The COR will monitor the Contractor's performance to ensure compliance with this Performance Work Statement and any other contract specifications. The Contractor will provide a complete checklist of janitorial work completed weekly to the COR. Monthly inspections using the accepted checklist will be one method to monitor Contractor performance. The Government may use other methods to monitor performance such as random inspections, customer complaints, etc.

When deficiencies are observed the COR will notify the Contractor. The Government may require re-performance to correct discrepancies at no additional cost to the Government. The Contractor shall re-perform services within 48 hours of notice by the COR, that re-performance is required. The Government may have services, which were not acceptably performed by the Contractor performed by other means. The Government may deduct at the discretion of the Contracting Officer the value of services not performed or not satisfactorily performed from the monthly contract amount rather than allowing re-performance. The amount of any deductions shall be determined by the Contracting Officer based upon the Contracting Officer's determination of the value of the services not provided and any administrative expenses incurred by the Government due to lack of performance. Accepting non-conforming services does not waive any of the Governments rights.

The basis for award is Best Value to the government.

Organization to be supported:
U.S. Fish and Wildlife Service, Region 7
Yukon Delta National Wildlife Refuge
Bethel, AK 99559

Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including SAM, Cage Code, DUNS No., and business size/type. In addition, your proposal should provide unit price and total price. No formal format is required as this is a combined synopsis/request for proposal solicitation. Offers must be received by 5:00 pm Alaska Standard Time, 02/20/2019, at the U.S. Fish and Wildlife Service, 1011 E. Tudor Rd M/S171, Anchorage, AK. Offers received after this date and time will be considered non responsive in accordance with 52.212-1(f) and will not be evaluated. It is preferable that quotes are emailed, however quotes may be mailed, e-mailed or faxed to the attention of: anthony_kuntz@fws.gov.

Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in the attached solicitation documentation.

The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/.

In order to have a quote considered, all offerors must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. SAM is the database that has replaced the Central Contractor Registration (CCR) website (www.ccr.gov) and the On-line Representations and Certifications Application (ORCA) website (https://orca.bpn.gov). Quotes received from firms not registered in SAM by the closing date of the solicitation will not be considered.

Additional document information and attachments can be accessed at the FedConnect link under the (Additional Info) heading. Click (Public Opportunities) and search by using the reference number 140F0719R0001 to find any documents related to this requirement.

All questions regarding the subject synopsis/solicitation shall be directed to the attention of Tony Kuntz via email: anthony_kuntz@fws.gov or telephone: (907) 786-3436.

Kuntz, Anthony

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP