Michigan Bids > Bid Detail

Gaylord MI NWS Janitorial Services

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159410969309644
Posted Date: Nov 8, 2022
Due Date: Nov 17, 2022
Solicitation No: NWWR96102300028VES
Source: https://sam.gov/opp/5f79a31b7b...
Follow
Gaylord MI NWS Janitorial Services
Active
Contract Opportunity
Notice ID
NWWR96102300028VES
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Nov 08, 2022 09:48 am MST
  • Original Published Date: Nov 08, 2022 09:31 am MST
  • Updated Date Offers Due: Nov 17, 2022 04:00 pm MST
  • Original Date Offers Due: Nov 17, 2022 04:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 02, 2022
  • Original Inactive Date: Dec 02, 2022
  • 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:
    Gaylord , MI 49735
    USA
Description View Changes

UPDATE: Previous award 1305M219PNWWR0034



COMBINED SYNOPSIS/SOLICITATION

Janitorial Services for the WFO in Gaylord MI



(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.



(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWR96102300028VES.



(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 (OCT 2022) (DEVIATION 2020-02) (NOV 2021).



(IV) This solicitation is being issued as a total small business set aside. The associated NAICS code is 561720 The small business size standard is $19.5 Million.



(V) This combined solicitation/synopsis is for purchase of the following commercial services:

Janitorial Services for the WFO Kansas City in Pleasant Hill, MO

Line Item 0001: Base Year - 01/01/2023 – 12/31/2023 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the WFO Kansas City in Pleasant Hill, MO, in accordance with the Statement of Work for the period of 12 months.



Line Item 1001: Option Year - 1 01/01/2024 – 12/31/2024 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the WFO Lower Michigan in Gaylord, MI, in accordance with the Statement of Work for the period of 12 months.



Line Item 2001: Option Year 2- 01/01/2025 – 12/31/2025 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the WFO Lower Michigan in Gaylord, MI, in accordance with the Statement of Work for the period of 12 months.



Line Item 3001: Option Year 3- 01/01/2026 – 12/31/2026 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the WFO Lower Michigan in Gaylord, MI, in accordance with the Statement of Work for the period of 12 months.



Line Item 4001: Option Year 4- 01/01/2027 – 12/31/2027 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the WFO Lower Michigan in Gaylord, MI, in accordance with the Statement of Work for the period of 12 months.



(VI) Description of requirements is as follows:

See attached Statement of Work which applies to the base year and all 4 option years and the Department of Labor Wage Rates: WD 2015-4873 Revision No. 21, dated 06/27/2022, which can be found on: https://wdolhome.sam.gov/



Scope

The contractor shall provide all personnel, supplies, tools, equipment, materials and supervision for the duties required to clean the Weather Forecast Office as described in this statement of work. The facility has approximately 6,001 square feet of cleanable space (approximately 30% carpet, 70% tile), and 22 employees. This facility is in operation 24/7. The equipment, materials and supplies shall be appropriate for the work being performed, be of good commercial quality, and properly stored in the area designated by the Government Contact Point (GCP).



Description of Work The contractor shall:

Be responsible for satisfactorily managing and performing programs for cleaning as specified.

Provide an individual, other than the person performing the regular cleaning service, to perform monthly spot checks of work performed.

Be responsible for furnishing commercial grade supplies (to include: equipment, toilet paper, paper hand towels, liquid soaps, trash can liners, garbage bags, cleaning solutions, deodorizers, etc.)

Specific days & times of all work performed shall be coordinated with the GCP. Work to be performed on government holidays shall be accomplished the following day or as agreed upon by the contractor and GCP.

Sign in on the log sheet when entering the property and sign out when leaving the property.

Perform services as specified in the statement of work (SOW) and document the completion of a checklist provided by the GCP

Contractors that work on site are required to pass a low risk background investigation. This process can take several weeks.



Additional Requirements:

DAILY - Four DAYS - Monday, Tuesday, Thursday, and Friday

Sweep or dust mop all uncarpeted floors (including hallways and foyers) using chemically treated absorbent dusting tools. All sweeping of uncarpeted floors shall be done by the dustless method using either the laundered or the disposable types of treated cloths, as appropriate.

Vacuum all carpeted floors with a commercial grade vacuum that has a High Efficiency Particulate Air (HEPA) filtering system.

Vacuum or clean indoor and outdoor entrance mats.

Empty all wastebaskets and containers. Remove all refuse to proper outside containers. Replace plastic liners when soiled or torn. In case of leakage, damp wipe receptacle clean. Clean receptacle exterior as needed.

Wet mop restroom floors with disinfectant solution. Clean and disinfect toilets and urinals. Spot clean toilet enclosures, baseboards, pipes, sills, and walls.

Refill all dispensers and containers in restrooms and break room. Ensure a sufficient quantity of towels and toilet tissue is readily available in each of these rooms. Ensure a constant supply of deodorizer in the men's restroom urinal, and air fresheners in both restrooms.

Clean countertops and sinks in restrooms. Clean countertop (including behind the microwave), sink, and table in the break room. Scour the sink and wipe the interior of the microwave.

Clean drinking fountain.

Wet mop ready room as needed.

Fill out and initial/sign the janitorial checklist provided.



WEEKLY

Wet mop all uncarpeted floors (except the access floor in the operations and equipment rooms) using a detergent solution. Remove all oil, tar, and stubborn dirt.

Damp mop access floor in the operations room, mop should be damp but not wet, to assure that no water seeps down through floor seams. Remove marks or stains. Under no circumstances shall wax, oil, or other coatings be applied to this floor as the anti-static properties of this floor will be lost.

Wash glass entrance doors and windows, interior and exterior, with cleaning material that will not film or streak, or stain.

Clean exterior surfaces of appliances in the ready room.

Disinfect all sinks and drinking fountain.

Clean restroom mirrors.

Dust horizontal surfaces throughout the facility that are readily accessible and visibly require dusting. All dusting shall be done by the damp or treated cloth methods.

Dust computers, computer monitors, keyboards and phone keyboards.



MONTHLY

Completely vacuum all carpeted areas including moving furniture to clean underneath.

Remove spots and stains from carpet as necessary.

Buff and spot polish high traffic areas to protect finish.

Spot clean doors, walls, painted surfaces, and ledges to remove fingerprints, marks, & smudges.



QUARTERLY (January, April, July, October)

Dust Venetian blinds and clocks.

Clean the countertop under the microwave.

RESILIENT FLOOR (Electronic Shop)

After damp mop or light scrubbing, a dilute floor polish (7% to 8% solids) or spray-buffing compound is sprayed on the floor. Before the liquid can dry, it is buffed with a floor machine of 170 to 1100 rpm equipped with a buffing pad or brush. A thin, protective glossy film remains after buffing the liquid dry. This procedure allows the base coat of polish to be protected, reducing the need for stripping. Severe traffic areas may require extra coats of polish.

Damp mop access floor in equipment room and operations area, mop should be damp but NOT WET, to assure that no water seeps down through floor seams. Remove marks or stains. Under no circumstances shall wax, oil, or other coatings be applied to this floor as the anti-static properties of this floor will be lost

Clean the return air grills in the operations area and in the equipment room.

Empty and clean outside cigarette receptacles if applicable.

Clean return air grills

Wash all interior windows



SEMI-ANNUAL CLEANING (April, October)

Vacuum/clean chairs.

Wash all exterior windows

Vacuum all accessible carpeted walls.

Clean all fluorescent light fixtures plates. Vacuum light fixture grids in the Operations Areas to remove dust and dirt.

All carpeted areas shall be cleaned using a low moisture cleaning process. Vacuum all areas thoroughly before doing the cleaning process.



ANNUAL (April)

CERAMIC TILE FLOORS (breakroom, restrooms, and entryways) All ceramic tile floors shall be cleaned using the following procedure:

Sweep or vacuum as required removing loose dust and dirt.

Remove foot marks and small spills and damp mop or sponge.

A cleaning solution shall be mixed according to the manufacturer's directions. Use a double bucket or two standard buckets, one containing fresh cleaning solution, the other to receive dirty cleaning solution removed from the floor.

Apply cleaning solution to the floor and agitate with a floor machine and scrubbing brush attachment or a long handled scrubbing brush. Be especially careful to loosen all dirt in grout joints. Work small areas at a time to keep dirty cleaning solution from drying on the floor.

Remove all dirty cleaning solutions from the floor with a wet mop or autoscrubber.

Let the floor dry before allowing traffic.



ADDITIONAL WORK OUTSIDE THE STATEMENT OF WORK

Additional work not covered in the Statement of Work (SOW) may be requested on an as needed basis with a modification to the purchase order. Work shall not be completed without advance approval by the Contracting Officer and a modification to the purchase order. Materials shall be itemized on the invoice and not exceed published price listings.

Safety and Environmental Requirements:

The contractor shall comply with all applicable Federal, State, and Local law and regulations pertaining to safety and environmental requirements.

The contractor shall provide and maintain work environments and procedures which will safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to contractor operations and activities.

The contractor shall be prepared to provide to the GCP, Material Safety Data Sheets (MSDS) for all chemical products prior to them being brought on site. These products include, but are not limited to solvents, cleaners, paints, pesticides, herbicides, and lubricants. The contractor shall comply with the following;

All products shall be kept in the original container with legible labels. If the product is placed in a smaller container for use, the smaller container shall be marked legible stating the product it contains.

There shall not be any chemical product mixed together unless intended by the chemical manufacturer.

The contractor shall provide appropriate safety barricades to comply with all OSHA Safety and Health regulations.

Whenever the GCP becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the GCP shall notify the Contracting Officer. The Contracting Officer shall take appropriate corrective action.

The contractor shall dispose of all waste material/products off site in accordance of Federal, State, and Local law and regulations at contractor expense. The contractor shall remove all unused materials/products that were supplied or purchased by the contractor in performance of this purchase order.



Terms of the SOW:

The contractor shall bill on a monthly basis in arrears for the service provided.

The contractor shall designate a representative, with contact numbers, for the GCP to communicate with about the quality of work, progress, and technical details of the purchase order. Neither the contractor representative nor the GCP has the authority to modify the purchase order in any manner which might affect the cost.

The contractor shall be responsible for the scheduling and coordination of work on the site.

If any of the services do not conform to the contract requirements, the Government may require the contractor to perform the services again in conformity with the contract requirements, at no increase in contract amount. If the defects in services are not corrected by performance, the Government may (1) require the contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed.

If the contractor fails to expeditiously take the necessary action to ensure that performance will be in conformity with contract requirements, the Government may take corrective action.

Any cleaning missed due to severe weather operations shall be made up the following day. All work shall be done as required above except on Federal holidays of which work shall be accomplished the following day or as agreed upon by the contractor and GCP. A list of Federal holidays may be found at www.opm.gov.

The Government reserves the right to inspect for quality control.

The Contractor and/or employee should sign in on the security log sheet when entering the property and should sign out when leaving the property.





Notes:

Do not use hot water extraction or so-called "Steam Cleaning" except as when and where approved by MIC.

Do not use the Spin-Bonnet method.



(VII) Place of Performance:

National Weather Service

8800 Passenheim,

Gaylord, MI 49735

County: Otsego

Period of performance shall be:

Base Year: 01/01/2023 – 12/31/2023

Option Year 1: 01/01/2024 – 12/31/2024

Option Year 2: 01/01/2025 – 12/31/2025

Option Year 3: 01/01/2026 – 12/31/2026

Option Year 4: 01/01/2027 – 12/31/2027



(VIII) FAR 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) applies to this acquisition.



NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.

1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to veronica.stroud@noaa.gov.

2. Contractor shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote.

3. Provide all evaluation criteria in accordance with FAR 52.212-2 in this package.

4. Quote shall include at least two references for similar services including the phone number, full address, and e-mail address. References will be checked. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.



(IX) FAR 52.212-2, EVALUATION- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (OCT 2014) applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on; This is a lowest price technically acceptable (LPTA) requirement evaluation of all associated quoted costs.



1. Price: This pricing must follow the regulations, laws and statute. Provide a breakdown of all rates for all parts of the cost of purchase and delivery.



The Government intends to award a LPTA, firm fixed-price purchase order on an all or none basis with payment terms of Net 30.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)



"THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".



CAM 1352.215-72 INQUIRIES (APR 2010)

OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO veronica.stroud@noaa.gov . QUESTIONS SHOULD BE RECEIVED NO LATER THAN 11/14/2022 at 4 P.M. MST. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.

(End of clause)



RFQ FAR 52.237-1 SITE VISIT (APR 1984)

Vendors 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.



YOUR SITE VISIT POINT OF CONTACT IS BELOW. BEFORE COMING TO THE SITE YOU WILL NEED TO GET AN APPROVAL ACKNOWLEDGEMENT VIA EMAIL OR PHONE AND A TIME AND DATE SET UP FOR THE SITE VISIT.



TO SCHEDULE YOUR SITE VISIT, PLEASE CONTACT:

Kali Stafford

Kali.stafford@noaa.gov

(989) 731-3384


Attachments/Links
Contact Information
Contracting Office Address
  • WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1,
  • SEATTLE , WA 98115
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >