Janitoral Services

expired opportunity(Expired)
From: Federal Government(Federal)
12661218B0010

Basic Details

started - 14 Jun, 2018 (about 5 years ago)

Start Date

14 Jun, 2018 (about 5 years ago)
due - 16 Jul, 2018 (about 5 years ago)

Due Date

16 Jul, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
12661218B0010

Identifier

12661218B0010
Department of Agriculture

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29608)AGRICULTURAL RESEARCH SERVICE (9125)USDA ARS PA AAO ACQ/PER PROP (2200)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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;quotes are being requested and a written solicitation will not be issued. Solicitation number 12661218B0010 is issuedas a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those ineffect through Federal Acquisition Circular 2005-73. The associated NAICS code is 561720.This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):The USDA in Fargo, ND is looking for janitorial services:Minimum Specifications:TClean Restrooms thoroughly including floors: daily all restrooms including the greenhouseClean Lunch Room: dailyTrash pickup office, conference rooms, labs and greenhouse trashesVacuum Offices and Conference rooms and Atrium every two weeks at a minimum or as
needed.Sweep and mop labs every two weeks at a minimum or as neededWindow cleaning every two weeks at a minimum or as neededDusting light fixtures and window wells every two weeks or as neededKeep restrooms stocked with toilet paper and hand towelsAny other requests that come from the contracting officer within reasonable demands for a standard janitorialresponsibility position.8 hours daily during normal operating hours 8-5Not to exceed 40 hours weeklyMonthly with a 60 days terminationUSDA will pay provide paid days for all Federal Holidays (listed below) and when the center is closed forInclement weather.Sick leave is NOT provided and in the event of an illness the USADA expects the services to be covered bythe company.New Year's Day January 1*Martin L. King Birthday Third Monday in JanuaryPresident's Day Third Monday in FebruaryMemorial Day Last Monday in MayIndependence Day July 4*Labor Day First Monday in SeptemberColumbus Day Second Monday in OctoberVeterans Day November 11*Thanksgiving Day Fourth Thursday in NovemberChristmas Day December 25*52.202-1 Definitions (Nov 2013)52.204-7 System for Award Management (Jul. 2013)52.204-13 System for Award Management Maintenance (Jul. 2013)52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.211.6 Brand Name or Equal (Aug 1999)52.222-19 Child Labor--- Cooperation with Authorities and Remedies (Jan 2014)52.232-1 Payments (Apr. 1984)52.232-8 Discounts for Prompt Payments (Feb. 2002)52.232-23 Assignment of Claims (May 2014)52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)52.232-40 Providing Accelerate Payments to Small Business Subcontractors (Dec 2013)52.243-1 Changes - Fixed Price (Aug. 1987)52.246-2 Inspection of Supplies - Fixed Price (Aug. 1996)52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) (Apr. 1984)52.244-6 Subcontracts for Commercial Items (Dec. 2013)52.223-2 Affirmative Procurement of Biobased Products Under Service And Construction Contracts. (Sept 2013)52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008)52.222-52 Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--Certification (May 2014)Please make sure quotes are valid until 09/30/2018.Email Quote to connie.faulkner@ars.usda.govThis is a Buy Best Value acquisition. The Government will award a Purchase Order resulting from thisRequest for Quotes to the responsible offeror whose quote is conforming to the solicitation and representsthe most advantageous to the Government, price and other factors considered. The following factors shallbe used to evaluate offers:EVALUATION FACTORS FOR AWARD1. Past Performance -Quotes will be evaluated based on the offeor's past performance as provided by the offerors references.2. Offeror's Technical Solution-The Government will evaluate the performance of the offeror's product for capability and performance.3. Quality and Reliability-Quotes will be evaluated on the offeror's product for its level of Quality and Reliability.4. Price-The quoted price is fair and reasonable.NOTE:All evaluation factors other than cost or price, when combined, are significantly more important than cost or price.Factors and sub-factors are prioritized in the following order of importance (i.e. most important first, leastimportant last) for award evaluation 2, 3, 1, 4.The Government will evaluate quotes for award purposes, considering the evaluation factors above,and will award to that offeror whose proposal represents the best value to the Government.52.232-18 Availability of Funds.Funds are not presently available for this contract. The Government's obligation under this contract is contingentupon the availability of appropriated funds from which payment for contract purposes can be made.No legal liability on the part of the Government for any payment may arise until funds are made availableto the Contracting Officer for this contract and until the Contractor receives notice of such availability,to be confirmed in writing by the Contracting Officer.Inspection and Acceptance Terms: Supplies will be inspected and accepted by the End User / Purchasing Agentat destination.Representations: Please include a completed copy of the provision at 52.212-3, Offeror Representationsand Certifications -- Commercial Items.Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of AgricultureAcquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 System for AwardManagement: AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontractingwith Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-CommercialItems; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, and price);FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and ConditionsRequired to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard andNAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authoritiesand Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment;FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons;FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions onCertain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities orTransactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-CentralContractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract;FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.Invoices must be submitted into the Invoice Processing Platform (IPP). IPP is a government-wide secure web-basedpayment information service offered free of charge to government agencies and their suppliers by theU.S. Department of Treasury's Financial Management Service (FMS).One-time enrollment in IPP means that you will receive a series of e-mails from Treasury services.The first email will have the IPP Logon ID and link to the IPP application. A second e-mail, containing the password willbe sent within 24 hours. Once you receive these emails, please login to the IPP application and complete the registrationprocess. Benefits of registering with IPP include the ability for your company to create invoices directly from a contractaward and submit them electronically, as well as:· e-mail notification when invoice(s) are paid· online payment history· remittance downloadThe e-mail notification of payment is sent when a payment is distributed to your bank account and will include allpertinent payment information.The IPP Customer Support Desk is available to assist users Monday through Friday (excluding bank holidays) from8:00AM - 6:00PM ET, including answering any questions related to accessing IPP or completing the registration process.Their toll-free number is 1-866-973-3131 2 or they can be reached at: IPPCustomerSupport@fms.treas.gov.If you have any questions or concerns, please contact the Controller Operations Division Help Desk at:1-877-243-3072 or cod.help@usda.gov.The successful vendor must be enrolled in IPP to submit invoices and receive payment.If the successful vendor firm is already enrolled in IPP invoices are to be submitted under the vendors existing IPPenrollment.Clause 52.223-2 requires: The contractor shall report to the environmental point of contact, with a copy to theContracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by thecontractor during the previous fiscal year. The report must be submitted not later than October 31 of each year duringcontract performance and at the end of contract performance. See list of attachments for categories of Biobased products,this list and linked descriptions can be found at http://cfr.regstoday.com/7CFR3201.aspxThe environmental point of contact is:Ron BuckhaltRonB.Buckhalt@dm.usda.govPhone: 202-205-4008Energy Efficient ProductsEnergy policy acts of 1992, 2005, 2007 and Executive Order 13423 require the purchase of energy efficient products-either those labeled "ENERGY STAR" or designated by the U.S. Department of Energy's Federal Energy ManagementProgram (FEMP). The requirement applies both to direct purchases and contracted services, including contracts fordesign, construction, renovation, or maintenance of a public building. For contracted services, the contractor mustprovide ENERGY STAR, FEMP qualified, or other energy efficient products.To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractorcan contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet)number is required in order to register.

1307 18th ST NFargo, NDLocation

Place Of Performance : 1307 18th ST N

Country : United States

You may also like

Window Cleaning Services, B2101

Due: 01 Jul, 2024 (in 2 months)Agency: Jetstar Group LLC

SPECIALIZED CLEANING SERVICES FOR FLOOR SURFACES AND CARPET.

Due: 30 Sep, 2024 (in 5 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

JANITORAL SERVICES

Due: 30 Apr, 2024 (in 2 days)Agency: NATIONAL INSTITUTES OF HEALTH

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 561720 GSA CLASS CODE: S
naicsCode 561720Janitorial Services
pscCode SUTILITIES AND HOUSEKEEPING