The RFP Database
New business relationships start here

Darby Ranger District + Visitors Center Janitorial Services


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

This is a combined synopsis/solicitation for a commercial service item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number AG-03R6-S-14-0057 is issued as a Request for Quotation (RFQ). The awarded contract will be a firm fixed price contract. The Western Montana Acquisition Zone (WMAZ) serves as the Forest Service contracting office for Western Montana and is located in Building 24, Fort Missoula, Missoula, Montana 59804.

The Bitterroot National Forest has a requirement for janitorial Services for the Darby Ranger District and Visitor Center. The District and Center are located at 712 N Main Street, Darby, Ravalli County, Montana. The contractor shall provide all management, labor, tools, equipment, cleaning supplies and incidentals necessary to ensure that custodial services are performed in accordance with the solicitation requirements.

This acquisition is a 100% Small Business set-aside. The applicable NAICS code is 561720- Janitorial Services. The corresponding size standard is $16.5 million. Offerors will be evaluated on price, technical capability (experience) and past performance. The Contract will be awarded to the offeror whose submittal, in compliance with the solicitation, is the best value to the Government. The FAR provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offers submitted must include past performance information, technical experience information (complete Experience Questionaire, Quality Control Plan, Safety Plan, Biobased Products Operations and Maintenance Plan ) , and price (complete Schedule of Items). Provide references for similar work during the past three years. Specifically include experience with janitorial services. In addition, offerors will include with their offer a completed copy of the FAR provision 52.212-3, Offer Representations and Certifications - Commercial Items: proof of registration in sam.gov


All responsible sources may submit an offer which will be considered by the government. Prospective contractors must be registered in the System for Award Management (SAM) prior to award of a contract. Lack of registration in the SAM Database will render an offeror ineligible for award. SAM replaced the Central Contractor Registration (CCR) Database. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov/portal/public/SAM/

Quotes must be received by June 23, at 12:00 P.M. Mountain Standard Time at the Bitterroot National Forest, 1801 N 1st Street, Hamilton, MT Attn: Marti Bowland. mbowland@fs.fed.us Fax number: 406-363-7106. Only hand-delivered, emailed or faxed quotes will be accepted. It is your responsibility to confirm that your quote has been received. Please provide your email address.


• See Att. B Schedule of Items (to be used to quote prices)


* See Att. H Complete Combined Synopsis/Solicitation


NOTE TO OFFEROR/PRICE SCHEDULE/STATEMENT OF WORK
1. NOTE TO OFFEROR:
In order for an offeror to have a complete quotation package, the following must be
submitted to the Contracting Officer to be considered responsive.
1. You must provide pricing for all line items.
a. Provide pricing on the attached Schedule of Items. Confirm your mathematics before sending.
2. A completed copy of the Provision AGAR 452.209-70 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (Deviation 2012-01) (FEB 2012) .
3. To be eligible for an award you MUST be registered in the System for Award Management (SAM) at www.sam.gov Please provide you DUNS number and verification of registration in the SAM system.
4. Past Performance References with previous contracts/PO with this Agency or similar scope of work with federal/state/local/private entities.
5. Experience Questionaire: include experience in janitorial services
6. Quality Control Plan; prefer site-specific
7. Safety Plan
8. Biobased Products Operations and Maintenance Plan


For questions please email Marti Bowland: mbowland@fs.fed.us


BASIS OF AWARD


B - NOTE 2: Evaluation Factors: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will provide the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers (FAR 13.106-1 (2)


1. Price
2. Past Performance in Janitorial Services
3. Experience in and Incorporating Biobased Cleaning Products into Janitorial Services
4. Quality Control Plan, Safety Plan and Biobased Products Operations & Maintenance Plan


One award will be made. The Experience Questionnaire will be used as part of this evaluation, although any format is acceptable. See Clauses: FAR 52.212.2 Evaluation-Commercial Items (JAN 1999) for further information.


B - NOTE 3:


Emailed, hand delivered, or faxed offers/quotes received at the address listed in Block 15 of Form 1449 by date and time required in Block 8 of Form 1449 will be accepted for evaluation.


Submit quotes Attn: Marti Bowland-WMAZ, 1801 N 1st Street, Hamilton, MT 59840 to be received by the date of the close of the solicitation, or fax to 406-363-7106 or email: mbowland@fs.fed.us Call 406-363-7128 to confirm receipt.


In order to be eligible for an award, potential Contractors must comply with all requirements of FAR Clause 52.204-7 System for Award Management. Contractor can access CCR through the System for Award Management (SAM) website; https://www.sam.gov/portal/public/SAM



DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK


BIOBASED PRODUCTS


In compliance of the United States Department of Agriculture's (SDA) Green Purchasing Affirmative Procurement Program (GPAPP), the Contractor must comply with Section 9002 of the Farm Security and Rural Investment Act of 2002 (FSRIA), Executive Order (EO) 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," and the Federal Acquisition Regulation (FAR) to provide biobased products.


The Contractor shall utilize products and material made from biobased materials to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Contracting Officer Representative (COR).


Within thirty days of contract award, the Contractor shall submit a Biobased Products Operations and Maintenance Plan. The Contractor shall not commence work until this submittal is approved by the COR in writing. The Plan must be reviewed and updated annually, and as required by the COR. The Plan must contain and define the following elements:
1. The Contractor's written policy stating its commitment to the use of biobased products, employee health and safety, and sound environmental management practices.
2. Detail on how the Contractor intends to keep abreast of the increasing availability of biobased products and how any new or improved products will be incorporated on an ongoing basis into contract performance.
3. Proposed biobased operations and maintenance products, which must be selected in accordance with the criteria included above. At a minimum, the Plan must identify products by brand name for each of the product types.
NOTE: A Contractor may propose more than one product within a product category and/or propose a product or products addressing more than one product category.
4. The product guides which define standard operating procedures for instructing staff in the proper use, storage, and disposal of biobased products; proper maintenance of equipment; and other procedures/instructions to accomplish work under this contract.
5. The Contractor shall provide data on the quantity and dollar values of biobased products used in this contract. The data will be submitted to the COR quarterly.
6. A demonstration of proper use, an effective training program, and technical assistance are essential to the success of the purchase and use of some biobased products that may function differently than a conventional product. Therefore we will look for a Contractor who will
a) Demonstrate products, and b) when selected, offer any necessary training to all of the construction staff and 3) be available with technical assistance to trouble shoot problems.


The following is an example list of products that may be used in this contract for custodial services for which biobased products are available. The list is not all-inclusive. It is desirable that vendors be able to supply the greatest number of biobased products listed meeting the health and environmental specifications.


All purpose cleaner Degreaser/cleaner Heavy duty cleaner Deodorizer
Carpet shampoo Floor finish Gum remover Floor finish restorer
Disinfectant sanitizer Extraction fluid Furniture polish
Floor stripper Glass cleaner Neutral cleaner Grout sealer
Stain remover Stainless steel polish Air freshener including dispenser
Toilet bowl cleaner Bathroom cleaner Chrome polish/cleaner
Brass polish/cleaner Wood floor cleaner Liquid hand soap including dispenser Cream cleaner
Lime and scale remover (tub and tile cleaner) Solvent Floor sealer


Biobased products that are designated for preferred procurement under USDA's BioPreferred program must meet the required minimum biobased content as stated in the USDA Final Rule available at www.biopreferred.gov.


The Contractor should provide data for their biobased products such as biobased content. In addition to the biobased products designated by the U.S. Department of Agriculture in the BioPreferred Program, the Contractor is encouraged to use other biobased products.


The Contractor shall submit with the initial proposal a complete list of biobased products, indicating the name of the manufacturer, cost of each material, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract. Additionally, the winning Contractor on each anniversary date of the contract shall compile a complete list of biobased products, including the information above, purchased to carry out the contract requirements. The Contractor shall list volume to be used and total cost for each individual product. This information will be used for reporting purposes.


The Contractor shall comply with the provision at FAR 52.223-1, Biobased Product Certification.

 The Contractor shall execute the following certification required by the Farm Security and Rural Investment Act of 2002 (7 U.S.C. 8102(c) (3) :

I, ____________(name of certifier), am an officer or employee responsible for the performance of this contract and I hereby certify that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 2902, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the officer as a direct result of this contract, will comply with the applicable specifications of other contractual requirements.


{Signature of the Officer or Employee} {Typed Name of the Officer or Employee}
_______________________________         ________________________________


{Title} Name of Company}and               {Date}
_______________________________           _______________________

The Contractor shall comply with the clause at FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.


General Specifications


C- 1 Scope of Contract

This contract is for janitorial services for the Darby Ranger Station of the Bitterroot National Forest. Contractor shall furnish all labor, equipment, supervision, supplies (except those designated as Government-furnished), and incidentals to perform all work necessary to clean and maintain the buildings in accordance with the specifications, terms, and conditions of this contract.
This work is being solicited as a performance based service contract.

Performance based means the Contractor is responsible for an end product. If an end product is not provided in compliance with the contract specifications, an adjustment to the payment will be made.

The Contractor shall be responsible for the professional appearance and cleanliness in all areas used for office and storage, including the kitchenette. All area shall be kept clean, neat, and free of fire and safety hazards or unsanitary conditions, in accordance with the specifications, terms, and conditions of this contract.


C- 2 Location and Description:


Janitorial services are required for the following:


Darby Ranger Station is located at 714 N. Main St., Darby, Montana.


Main Building: Janitorial services are required on both the first floor and basement of the Main Building. The first floor area consists of approximately 2,686 square feet, which is divided into 6 offices plus a front entrance/main office, which are carpeted. There is one office that is not open to be cleaned and will remain this way. A copy/utility room is upstairs with vinyl flooring. There are two (2) restrooms upstairs with vinyl flooring and tiled walls. The basement consists of approximately 2,686 square feet, which is divided into two work areas that are carpeted for approximately 1,074 square feet. The remainder of the basement has vinyl flooring and is divided into two large areas.


Visitor Center: Janitorial services are required for the first floor of the Darby Visitor Center for approximately 1,200 square feet the floor is hardwood. The area consists of one main area, two additional rooms and two bathrooms. An initial cleaning after shutdown for winter is conducted along with weekly cleaning during times of operation.


C- 3 SITE VISIT


SITE VISIT (FAR 52.237-1) (APR 1984)


Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The following is added: A site visit is scheduled for this project on June 17, 2014 at 10 AM. Although highly encouraged, this site visit is not mandatory. For further information, please contact COR Gina Reinschmidt at (406) 821-3913. Please register with Ms. Reinschmidt before the date: rreinschmidt@fs.fed.us


CONTRACT TIME

The Contract time is for a base plus two optional one year periods. The base contract period shall be from July 1, 2014 through June 30, 2015. However, at the option of the Government, the contract may be renewed for two additional year periods.


SAFETY

Cloths, mops, or brushes containing a residue of wax or other combustible material subject to spontaneous ignition shall not be stored in the building. The contractor shall conduct all operations in compliance with the normal safety standards for this type of work. Contractor shall comply with all OSHA standards for employees' safety. It is the Contractors responsibility to ensure its employees are properly trained and equipped with personal protective equipment (PPE) for potential hazards.



SERVICE CONTRACT ACT

This contract is subject to the Service Contract Act. Please see attached US Department of Labor Wage Determination. Determination No: 2005-2318 Revision No: 14 Date Revision: 6/19/2013.

* See Attachment: A: Wage Determination


MEASUREMENT AND PAYMENT


Work will be performed and invoiced on a monthly basis in arrears. The awarded contract value will be expressed as an amount not to be exceeded. Monthly payments will be made for janitorial services which have been satisfactorily provided during that month. Submit invoices for payment through Invoice Processing Platform (IPP) www.ipp.gov. Invoice will be reviewed and approved or rejected by the COR within seven days. Rejected invoices must be corrected and resubmitted (with a different invoice number). IPP will advance the approved invoice to the Contracting officer for payment processing.

C- 4 Government-Furnished Property:

The Government will deliver to the Contractor the following listed materials in accordance with the Government Furnished Property Clause FAR 52-245-4:
(1)All restroom supplies, light bulbs and utilities will be provided.
(2)Keys to the buildings.
(3)Dumpsters for refuse removal.
(4)Recycle Bins.


C- 5 Contractor-Furnished Property:

The Contractor shall furnish:
(1) All necessary supplies and materials (including biobased cleaning supplies, biobased waxes, shampoos, biobased spot removers, biobased soaps, biobased garbage bags) except those items specified as Government-furnished property.
(2) All cleaning equipment including but not limited to: scrubbing machine, floor polishing machine, and vacuum cleaner. Energy Star rated equipment is strongly encouraged.
(3) All Material Safety Data Sheets (MSDS) for all substances used in cleaning shall be given to the Contracting Officer's Representative (COR).
Equipment shall be commercial size and type customarily used by the janitorial profession and capable of handling sand and gravel brought in by boots. Equipment designed for home use will not meet these specifications.


C- 6 Supervision, Security, and Qualifications


Contractor and his employees shall be capable of performing janitorial work. The Contracting Officer may require dismissal from the work of employees whom they deem incompetent, insubordinate or otherwise objectionable, or whose continued employment they deem contrary to the public interest.
The Contractor shall provide adequate supervision of crew to prevent employees from disturbing papers on desks, opening drawers or cabinets, using telephones, or computers provided for official Government use. The Contractor or employees shall not bring children to the premises while the work is being performed.

The Contractor must provide security comparable to the type of protection given by commercial or business enterprises to prevent illegal entry into or loitering on the premises; to prevent loss by pilferage or theft; and to admit to the space during off-duty hours only those who are authorized to enter. The use of Government property or services such as telephones, calculators, computers, office supplies, etc. for other than official Government business is strictly prohibited.

The Contractor shall provide a list of employees authorized to work under this contract. The list shall be submitted prior to employees working on the facilities. Employees will submit to a background check: see clause FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) and AGAR 452.204-71 Personal Identity Verification of Contractor Employees (OCT 2007).


C- 7 Technical Specifications


TIME OF PERFORMANCE: All work performed on weekdays shall be done during the hours of 6:00 p.m. through 6:00 a.m. unless otherwise approved by the Contracting Officer. Work may be performed anytime on Federal holidays and between Friday 6:00 pm and 6:00 am Monday for weekend cleaning. Contractor will be expected to maintain the areas defined in the Description and Location section, in a clean condition throughout the contract period.


 GENERAL DESCRIPTION OF WORK: DARBY RANGER STATION


DESCRIPTION OF WORK AND SERVICES:


Darby Ranger Station--Main Building
(I) Twice Weekly - To be cleaned between the hours of Wednesday 6:00 p.m. and 6:00 a.m. on Thursday. For weekend cleaning, anytime between Friday 6:00 p.m. and Monday 6:00 a.m.
(A) Remove all paper, magazines, paper from shredder, and cardboard designated as recycling and place in recycle bins located outside, east of the main office.
(1) Lids must be kept closed at all times.
(B) Replace light bulbs as needed when burned out.
(1) Report to COR when replaced bulbs will not work.
(C) Vacuum all carpeted areas to remove all visible dirt, debris, and litter. Remove spots on carpet with effective spot remover.
(D) Empty wastebaskets, wash and rinse waste baskets and replace liners.
(1) Lids on the dumpsters must be kept closed.
(E) Dust and/or damp wipe all visible surfaces such as furniture, fixtures, file cabinets, picture frames, mopboards, ledges, furnace registers, light switches, window frames, walls, doors and desks to remove dust, dirt, grime, fingerprints, black marks, and smudges.

(F)Kitchen:
(1) Wash and scrub to remove stains and mineral deposits, disinfect and polish using stainless steel polish for sink.
(2) Clean and dry counter tile and grout in kitchen area.
(3) Remove all watermarks around sink area, back splash, , front of cabinets, and walls around garbage can.
(4) Sweep and damp mop floor surface to remove dirt, grime, spots, and black marks. Restore luster to wax; re-wax if necessary to bring back shine.
(5) Remove mop marks, wax or splashes from baseboard, and walls.
(G) Remove ashes, wipe tray, and remove trash from canisters at front and rear entrances.
(H) Sweep front and back porch, stairs and ramp to remove litter and dirt.
(I) Wash both sides of window on front door except during periods of freezing weather, then only inside window.

(J)Copy Room:
(1) Sweep and or vacuum and damp mop copy room to remove dirt, grime, spots and black marks without disturbing the waxed surface.
(2) Restore luster to wax; re-wax if necessary to bring back shine.
(3) Remove mop marks, wax or splashes from baseboards and walls.

(K)Restrooms:
(1) Sweep and wet mop floor surface to remove embedded dirt, grime, spots, and black marks without disturbing the waxed surface. Restore luster to vinyl; while using a product specified for no-wax floors in the bathrooms if necessary to bring back shine. Remove mop marks, or splashes from baseboard, walls and tiles. Final appearance should be a clean surface including corners and behind and around fixtures and no imbedded dirt.
(2) All mirrors, dispensers, chrome fixtures, shelving, mopboards, windowsills, ledges, light fixtures, etc. shall be damp wiped and/or polished.
(3) Sanitize and disinfect urinal and toilets and remove all stains including rust encrustations and water rings.
(4) Remove watermarks from walls, including walls around sink and sink board, trash can and paper towel area.
(5) Remove fingerprints and smudges from light switches, locks, doorknobs and doors.
(6) Maintain adequate supply of toilet paper, paper towels, seat covers and hand soap.
(a) Report to COR when supplies need to be replaced within 1 month's period of time.
(7) Replace deodorizer in urinal when needed.
(8) Clean exhaust vents and heater/air-condition vents.


(II)Once a Month
(1) Remove cobwebs from walls, corners, ceilings, and windows.


(III)On Month Specified
(A) February, May, July and September
(1) Scrub floors in bathrooms, copy room and basement area with vinyl flooring; use a cleaner to remove old wax buildups including corners along baseboards and re-wax basement and copy room, while using a product specified for no-wax floors in the bathrooms. Use wax or no-wax product of adequate quality to retain sheen between these periods.

(IV)On Month Specified
(A) May and October
(1) Wash all windows on the inside and outside leaving no streaks or unwashed places. Wipe water spots from sills, frames, walls and floors near the window.
(V) Annually
(A) April or upon mutually agreed month
(1) Dust and clean light fixtures.


GENERAL DESCRIPTION OF WORK: DARBY VISITOR CENTER


DESCRIPTION OF WORK AND SERVICES:


Darby Visitor Center - May 1 through May 25
(A) Before the opening of the Darby Visitor Center:
(1) Remove cobwebs from walls, corners, ceilings, and windows.
(2) Wash all windows on the inside and outside leaving no streaks or unwashed places. Remove water spots from sills, frames, and ledges.
(3) Dust and clean light fixtures.
(4) Dust and/or damp wipe all visible surfaces such as furniture, fixtures, file cabinets, equipment, telephones, mopboards, ledges, furnace registers, light switches, window frames, walls, doors and desks to remove dust, dirt, grime, fingerprints, black marks, and smudges.
(5) Sweep and mop all areas to remove all visible dirt, debris, and litter.
(6) Coordinate the removal and replacement of items behind white picket fence for the cleaning of this area.

(7) Restrooms:
(a) Sweep and wet mop floors to remove dirt, grime, spots, and black marks. Restore luster to wax; re-wax if necessary to bring back shine.
(b) All mirrors, dispensers, chrome fixtures, shelving, mopboards, ledges, partitions, etc. shall be damp wiped and polished dry.
(c) Sanitize and disinfect urinals and toilets and remove all stains including rust encrustations and water rings.
(d) Remove watermarks from walls, including walls around sink, trash can and paper towel area.
(e) Remove fingerprints and smudges from light switches, locks, doorknobs and doors.
(f) Maintain adequate supply of toilet paper, paper towels, and hand soap



Darby Visitor Center - June 1 through August 31
(I) Conduct weekly cleaning between Friday 6:00 p.m. and Monday 6:00 a.m.
(A) Sweep front porch and stairs to remove all litter and dirt.
(B) Remove cobwebs from walls, corners, ceilings, and windows.
(C) Sweep and mop all areas to remove all visible dirt, debris, and litter.
(D) Dust and/or damp wipe all visible surfaces such as window frames, and doors to remove dust, dirt, and grime.
(E) Empty wastebaskets. Wash and rinse wastebaskets and replace liner.

(F) Restrooms:
(1) Sweep and wet mop floors to remove dirt, grime, spots, and black marks. Restore luster to wax; re-wax if necessary to bring back shine.
(2) All mirrors, dispensers, chrome fixtures, shelving, mopboards, ledges, partitions, etc. shall be damp wiped and polished dry.
(3) Sanitize and disinfect toilets and remove all stains including rust encrustations and water rings.
(4) Remove watermarks from walls, including walls around sink, trashcans and paper towel area.
(5) Remove fingerprints and smudges from light switches, locks, doorknobs and doors.
(6) Maintain adequate supply of toilet paper, paper towels, and hand soap. Notify COR if supplies require replenishment at least one month before anticipated need.


MAINTENANCE PROBLEMS:


The Contractor shall notify the Contracting Officer immediately of any building or grounds maintenance problems such as slow or clogged drains, broken pipes, locks or doors that do not close properly. In addition, if Government supplies are low the Contractor shall notify the Contracting Officer's Representative. Notification shall be done by phone and/or by written notice depending on the urgency of the problem.


 GOVERNMENT QUALITY ASSURANCE


Quality Assurance will be performed by the Government during the contract period. Methods may include visual survey, review of customer complaints, and review of Contractor quality control documents. Deduction for work not performed will be made as described on the Attachment: Contract Requirements Quality.


• See Attachment C: QASP and Attachment D: Deductions


CONTRACTOR QUALITY CONTROL


The Contractor, not the Government, is responsible for management and quality control actions to meet the terms of this contract. The role of the Government is quality assurance to ensure contract standards are met. The Contractor shall prepare, submit, and implement a written quality control plan (QCP), as described below, and the written QCP shall be included with the Response to this solicitation . The Contractor shall ensure that the required services specified in this contract meet the quality standards out lined in this contract and ensure that the custodial services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimun the contractor shall develop quality control procedures addressing the areas identified in the performance requirements summary.

The Quality Control Plan shall include, but not limited to:
   1. Staffing Plan: A plan which includes work schedules for the facility including daily, weekly, monthly, and periodic tasks. The Staffing Plan shall also include the Contractor's staffing levels depicting various job classifications. Individual responsibilities for oversight of the QCP and functions associated with such oversight as well as authority in dealing with Government contracts shall be identified.
   2. Inspection System: An inspection system, which shall include all requirements listed in the statement of work and inspection procedures. Specify areas to be inspected, when inspections shall occur, and titles of individules performing inspections. The QCP shall identify how contractor will correct noted deficiencies immediately. Any changes to the inspection systems during the life of the contract shall be approved by a nd acceptable to the COR.
   3. A description of the quality control plan shall include security procedures for any Government-provided items such as keys or lock combinations, location of the documented inspections, and corrective or preventive actions taken for unsatisfactory performance.
   4. Shall incorporate provisions in their Biobased Products Operations and Maintenance Plan.



CONTRACT PERIOD AND EXERCISING OPTIONS


The contract period shall extend for 12 months. However, at the option of the Government, the contract option may be exercised for additional one-year periods, not to exceed two option periods, at the same terms and conditions. The Government will notify the Contractor of its intent to exercise the option not less than thirty (30) calendar days prior to the expiration of the current contract period.


AGAR 452.211-74 PERIOD OF PERFORMANCE (FEB 1988)


The period of perfomance of this contract is from July 1, 2014 through June 30, 2017.


PREWORK CONFERENCE


Prior to commencement of work, the Contracting Officer will arrange a meeting with the Contractor to discuss the contract terms and work performance requirements.


 PART II - CONTRACT CLAUSES


The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The clauses and provisions referenced in this solicitation can be found in full text format at https://www.acquisition.gov/far/.


Contract Clauses and Solicitation Provisions are found on

* Attachment: F Contract Clauses



PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS


SECTION I - LIST OF ATTACHMENTS


Service Contract Act of 1965: If this is a contract in excess of $2,500 the Act requires the Contractor to pay certain minimum wages to all service employees working under this contract. These required minimum wages are stated in the attached Register of Wage Determinations under the Service Contract Act. If no such Register is attached, the Contractor is required to pay no less than the minimum wage specified under Section 6(a)(1) of the Fair Labor Standards Act of 1938, As Amended.


The following attachments are a part of this solicitation and any resulting contract (see separate document(s)).


• Attachment A: Wage Determination No. WD 2005-2318, (Rev.-14) Dated 06/19/2013
• Attachment B: Schedule of Items
• Attachment C: QASP
• Attachment D: Deduction schedule
• Attachment E: SF 1449
• Attachment F: Contract Clauses
• Attachment G: Q & A #1 - Questions and Answers

* Attachment H: Combined Synopsis/Solicitation
* Attachment I: Experience Questionnaire form


Martha Bowland, Purchasing Agent, Phone 4063637128, Fax 406-363-7106, Email mbowland@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP