Washington Bids > Bid Detail

Forest Service - Cle Elum Ranger District Janitorial Services, Kittitis County WA

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159891461932497
Posted Date: Feb 9, 2024
Due Date: Feb 21, 2024
Source: https://sam.gov/opp/a1a3968b1a...
Follow
Forest Service - Cle Elum Ranger District Janitorial Services, Kittitis County WA
Active
Contract Opportunity
Notice ID
1240BD24Q0025
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA-FS, CSA NORTHWEST 2
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 08, 2024 04:49 pm PST
  • Original Date Offers Due: Feb 21, 2024 06:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Cle Elum , WA 98922
    USA
Description

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the

format in subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) This solicitation is issued as a Request for Quotation (RFQ)

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.

(iv) This procurement is a Total Small Business Set Aside. The NAICS code is 561720 and the Small Business Size Standard is $19.5 million.



The Government anticipates the award of one (1) Firm-Fixed Price contract as a result of this solicitation.



The Government’s estimated price ceiling for this project (All 5 years combined) is $150,000.00.



LOCATION OF WORK:



The Cle Elum Ranger Station requires janitorial services to (2) office buildings, (1) warehouse and (1) residential building located at 803 W Second St., Cle Elum, WA 98922, The total, combined estimated square feet of floor space is 10,551 and includes a mix of carpet, linoleum, cement and tile tile floor covering.





OFFER SUBMISSION



1) Offerors must have an active entity registration in the System for Award Management in order to submit an offer. https://www.sam.gov/SAM/

2) To be considered for award, offers submitted in response to this solicitation shall include a technical proposal, a price proposal for every line item, and contractor representations and certifications.



EVALUATION FACTORS



(i) Past Performance – Provide a list of similar projects completed by your firm over the past three years. Include a brief description of the project, dollar amount, year completed, and project owner contact information (name, phone, and email). The government may use past performance information from any available source. If a company does not have past performance information available, information may be provided for predecessor companies, key personnel, or subcontractors. In the event that there is no past performance information available, the offeror will receive a neutral rating in this factor.





(ii) Technical Capability – Provide a list of equipment and key personnel (with qualifications) that will be used to complete this project.

b) Price Proposal – Include the following: 1) the completed Schedule of Items from Section B of this solicitation, and 2) acknowledgment of any amendments to this solicitation by following the instructions that accompany the amendment(s).

c) Representations and Certifications – Fill in the check boxes for provisions 52.204-24, 52.212-3 and submit with your offer.





SITE VISIT



SITE VISIT - Contact Judi SandrettoReed to arrange a site visit at (509)852-1023 or judith.sandretto@usda.gov. Site visits are being schedule for Tuesdays and Wednesdays before noon.



Be prepared for services to begin as soon as possible. Please include how much time will be needed after receipt of order before services can begin so we can prepare.



PERIOD OF PERFORMANCE:



Work on this contact is expected to commence the first week of March 2024 if possible and continue through February 29, 2025 for the initial base year period. There are four (4) additional option years which, if exercised by the Government may extend the period of performance through February 28, 2029



Services shall be performed two times a week between the hours of 6:00 P.M. and 6:00 A.M, so as not to interfere with regular Government business hours;




  1. One cleaning on Sunday each week;

  2. A second cleaning on Wednesday each week.



If the contractor’s employees have not completed background investigation and PIV (Personal Identity Verification), the

contract cleaning days are Monday, Wednesday during regular business hours from 8:00 A.M. to 4:30 P.M. and the

reception area shall be cleaned between 12:30 P.M. and 1:15 P.M.



REQUIRED SOURCES OF SUPPLY ITEMS:



This procurement will require the use of both AbilityOne and Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced.



SERVICE CONTRACT ACT



Work performed under this contract is subject to the Service Contract ACT (SCA) and Wage Determinations (WD) issued by the Department of Labor (DOL). Revised WD’s are incorporated into the contract each option year at the time the option year is exercised and effective the first day of the new contract year.





See attachments for more details.


Attachments/Links
Contact Information
Contracting Office Address
  • 1220 SW 3RD AVE
  • Portland , OR 972042829
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 08, 2024 04:49 pm PSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >