SOLICITATION NOTICE
S -- Custodial Services.
- Notice Date
- 12/30/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, Office of the Secretary of Defense, Defense Microelectronics Activity, Contracting Division 4234 54th Street, Building 620, McCellan, CA, 95652-1521
- ZIP Code
- 95652-1521
- Solicitation Number
- Reference-Number-3MS3B101
- Response Due
- 2/4/2003
- Archive Date
- 2/19/2003
- Point of Contact
- Judy Hilton, Contracting Officer, Phone (916) 231-1526, Fax (916) 231-2826,
- E-Mail Address
-
hilton@dmea.osd.mil
- Small Business Set-Aside
- Total Small Disadvantage Business
- Description
- This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6 and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference for this requisition is 3MS3B101. The NAICS code is 561720 and the SIC is 7349 with a small business size standard of $14M. This requirement is a 100% Small Disadvantaged Business (SDB) setaside. 1.0 SCOPE OF WORK: The Contractor shall provide all labor and supervision necessary to perform the work as defined in this Performance Work Statement (PWS) for the Defense Microelectronics Activity (DMEA) at McClellan, California. DMEA operates a 75,000 square foot stand-alone facility at McClellan, California. Due to the mission of this activity, all personnel entering the facility must be U. S. citizens or have obtained the proper clearance authorization from the State Department. 1.1 PERSONNEL: 1.1.1. Contract Manager/Supervisor: The Contractor shall provide an on site Contract Manager/Supervisor (here-in called the Contract Manager) to assure that performance of work accomplished under this contract is in strict compliance with contract specifications. The name of this person and an alternate who can act for the Contractor when the manager is absent shall be designated in writing to the Contracting Officer. 1.1.2. The Contract Manager/Supervisor shall be available during core duty hours (0700-1600 hours) to meet on the installation with Government personnel designated by the Contracting Officer to discuss problem areas. During core duty hours (0700-1600) the manager or designated alternate shall be available within one (1) hour of notification. 1.1.3. The Contract Manager/Supervisor and alternate must be able to effectively read, write, speak, and understand English. 1.1.4 The Contract Manager/Supervisor shall notify the DMEA Facility Manager of supplies stock level and reorder requirements and store custodial supplies & equipment as specified by the Facility Manager or QAE. 1.1.5 Maintain liability and workers compensation insurance on all Contractor employees. 1.1.6. Employees: Contractor personnel shall be neat in appearance and fully clothed (shirts, blouses, trousers, or skirts must be worn) during the execution of their duties under this contract. Contractor's personnel shall be easily recognized. This may be accomplished by the use of badges, which give the name of the Contractor and the name of the employee. Work uniforms are acceptable if they are uniform in their appearance and display the name of the Contractor and the name of the employee. The cost of the uniforms is the responsibility of the Contractor. 1.1.7. All Contractor employees must pass a background investigation and shall have a DoD Secret Clearance. Personnel shall have the acceptable background clearance completed and the DoD Secret Clearance in process prior to working at DMEA. 1.1.8. The Contractor shall prepare and submit the DoD Secret clearance paperwork, and provide the DMEA Security Officer with proof of submission. 1.1.9 The Contractor shall provide DoD secret clearance paperwork to DMEA for employees with existing valid clearances. 1.1.10 The contractor shall not employ any person who is an employee of the US Government if employing that person would create a conflict of interest. Additionally, the contractor shall not employ any person who is an employee of the Defense Microelectronics Activity, either military or civilian, unless such person seeks and receives approval according to the appropriate ethics regulations. 1.2 QUALITY ASSURANCE: The Government will monitor the Contractor's performance under this contract using a Random Inspection Procedure. 1.2.1 Performance Evaluation Meetings: The Contract Manager shall meet weekly with QAE focal point, and the Contracting Officer during the first month of the contract. Meetings will be as often as necessary thereafter as determined by the Contracting Officer. A meeting may be held if a Contract Discrepancy Report is issued. 1.2.2. Government Remedies. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (Feb 2002), for contractor?s failure to perform satisfactory services or failure to correct non-conforming services. 1.3 HOURS OF OPERATION: 1.3.1 The Contractor shall provide two separate quotes. One for coverage to insure that services are accomplished during the normal operating hours, which are 0600 to 1700, Monday through Friday, with vacuums, buffers and other loud equipment run on Friday?s only. The other quote should be for accomplishing tasks after normal duty hours, Monday through Friday. 1.3.2 Holidays: Janitorial services are not required on holidays, however, those areas, which are scheduled to receive only one cleaning per week, shall be cleaned even when their scheduled cleaning day falls on a holiday. Areas that receive once per week cleanings shall have their cleaning performed on the day immediately preceding or following the holiday. Other areas that normally receive multiple cleanings each week shall not be cleaned when a scheduled cleaning day falls on a holiday. Those holidays, which fall on Saturday or Sunday, shall be observed on Friday and Monday respectively. The following identifies the holidays that are to be observed for the purposes of this contract. New Year?s Day - 1 January Martin Luther King Day - 3rd Monday in January Washington?s Birthday - 3rd Monday in February Memorial Day - last Monday in May Independence Day - 4 July Labor Day - 1st Monday in September Columbus Day - 2nd Monday in October Veteran?s Day - 11 November Thanksgiving Day - 4th Thursday in November Christmas Day - 25 December 1.4 CONSERVATION OF UTILITIES: The Contractor shall be directly responsible for instructing employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities, which shall include but shall not necessarily be limited to: 1.4.1 Lights shall be used only in areas where and at the time when work is actually being performed. 1.4.2 The workers shall not adjust mechanical equipment controls for heating, ventilation and air conditioning systems. 1.4.3 Water faucets or valves shall be turned off after the required usage has been accomplished. 1.4.4 Government telephones shall not be used for personal reasons nor for any toll or long distance calls. 1.5 DAMAGE TO FINISHES AND PROPERTY: Building finishes or property soiled or damaged due to the Contractor's operations will be cleaned, repaired, replaced, or restored to condition not less than that existing immediately prior to the damage and without cost to the Government. Misuse or abuse of Government property will be reason for default action under the terms of the contract. 1.6 CLEANUP: All Contractor supplies, equipment, and machines shall be kept out of traffic lanes or other areas where they might be hazardous and shall be secured at the end of each work period in closets or other areas approved by the Contracting Officer. Cloths, mops or brushes containing a residue of wax or other combustible material subject to spontaneous ignition shall be disposed of or stored outside of buildings in tightly sealed metal containers provided by the Contractor. Cleaning of mops and other Contractor equipment shall be accomplished only in slop sinks, lavatories will not be used. Disposition of all dirt, trash bags, and debris at each room shall be accomplished at the completion of work. All receptacles used for cleaning of mops, pails, and other utensils, shall be thoroughly cleaned before Contractor leaves the area. 1.7 SAFETY: The Contractor shall use a sign denoting "WET FLOOR" or "WAXING FLOOR" in progress alerting personnel to a hazardous condition that exists from mopping latrine floors, wash and wax and strip and wax operations. 1.8 LOST AND FOUND PROPERTY: It is the Contractor's responsibility to ensure all items of personal or monetary value, found by the Contractor's employees are turned over to the QAE focal point. 1.9 EQUIPMENT: The Government shall supply the necessary custodial tools and equipment for accomplishing the services under this contract, including (but not limited to) washing machines, vacuum cleaners, and buffers. Contractor shall prevent the operation or attempted operation of electrical equipment or combination of equipment that require power exceeding the capacity of existing building circuits. 1.10 GOVERNMENT FURNISHED SUPPLIES 1.10.1 The government shall furnish the required supplies. The Contractor shall notify DMEA QAE or Facility Manager when the stock level is at a reorder point. Enough custodial and hygiene supplies shall be on hand to perform the above listed duties. DMEA will select and purchase the quality and grade of paper towels, toilet tissue, seat covers and hand soap to be used by the contractor. The following is a sample listing of the supplies and equipment that DMEA shall be responsible for: Toilet Paper,Toilet Seat Liners, Paper Towels, Trashcan liners, Hand Soap, Vacuum Bags, Cleaning & Polishing Supplies, Dusters, Rubber gloves, Brushes mop heads, brooms, etc., Liquid Soap, Carpet Shampoo, Cleanser, Etc. 2.0 GOVERNMENT FURNISHED PROPERTY The government shall provide adequate space for the Contractor to store a small amount of supplies that are used on a daily basis and that may be needed during the day to replenish stock. 3.0 REQUIREMENTS The following services shall be provided (please note that services identified with an asterisk (*) should have two separate quotes, one for five (5) days per week and one for only twice (2) times per week: 3.1 Restrooms shall be cleaned on a daily basis five (5) days per week, Monday ? Friday, [two (2) days per week, Tuesday and Friday] excluding government holidays, as follows: 3.1.1 *Clean all mirrors, hand basins and polish bright work. 3.1.2 *Clean urinals, toilet bowls, bases handle and seats. 3.1.3 *Sweep & Damp mop floor. 3.1.4 *Empty trash daily. 3.1.5 Damp wipe partitions and ventilation louvers one time per week. Walls, partitions & louvers are to be free of handprints and dust after cleaning. 3.1.6 *Replenish hand soap, towels, toilet tissues & seat covers as needed. 3.1.7 Clean all tile grout work (floors, baseboards, backsplash, walls, etc.) bi-weekly (every other week). 3.2 Executive Offices, other office space, conference rooms, and hallway areas shall be cleaned as follows: 3.2.1 Enough area shall be vacuumed, mopped, waxed and buffed each day to ensure all areas are completed weekly. 3.2.3 Waste paper baskets are to be emptied weekly on Friday (if a holiday falls on Friday, trash will be emptied on Thursday/(Tuesday). Plastic liners are to be changed as needed. 3.2.4 *Break/Coffee room floors shall be vacuumed or mopped and trash emptied daily. Plastic liners are to be changed as needed. 3.2.5 All water fountains shall be cleaned and polished one time per week. 3.2.7 Hallways shall be damp mopped bi- weekly (every other week) and buffed as required to maintain a shiny luster. Hallways shall be stripped and waxed twice a year. 3.2.14 White paper recycle containers in office areas shall be emptied into the paper hopper in rear of building weekly (preferably on Friday). 3.3 Lab & Vault Areas ? shall be cleaned as follows: 3.3.1 Waste paper baskets shall be emptied weekly on Friday (if a holiday falls on Friday, trash will be emptied on Thursday/(Tuesday), plastic liners are to be changed as needed. 3.3.4 Raised floor surfaces shall be damp mopped on a once weekly basis. 3.4 Entrance Lobby 3.4.1. *Entrance lobbies shall be cleaned and dusted daily. 3.4.2 *Lobby walls shall be dusted and finger marks and smudges removed daily. 3.4.3 *Lobby floors and entranceways are to be dust mopped thoroughly, damp mopped daily. Floor shall be buffed as necessary to maintain a clean and lustrous appearance. 3.4.4 *Glass in lobby area shall be kept free of fingerprints, spots & smudges. 3.5 Outside Front of Building & Smoking Area 3.5.1 Smoking Areas shall be policed weekly & cigarette urns emptied. 3.5.2 Exterior trashcans shall be emptied one time per week. The following FAR clauses apply: 52.212-1, Instructions to Offerors Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their proposal. Offerors are due at 3:00PM Pacific time on Feb 4, 2003. Contractors must be registered in the Central Contractor Registration (CCR) prior to award. The Department of Labor Wage Determination #1994-2055, Rev 19 dated 30 Jul 2002 for the Sacramento County area applies. This contract will be awarded for a 12 month period and will include four 12 month option periods. (Total 5 years). The following clauses on options are incorporated: 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; and 52.217-9, Option to Extend the Term of the Contract. Prices should be proposed at a monthly rate for two individual work shifts as identified in the SOW Para 1.3.1. as well as for a total of five years. If you would like a sample matrix of a format for proposing on this requirement, send your request to hilton@dmea.osd.mil or fax (916) 231-2826. Also if you would like a copy of the floor plan, send a request and you will be emailed a copy. See Note 1.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/OSD/McCellanCA/Reference-Number-3MS3B101/listing.html)
- Place of Performance
- Address: 4234 54th Street McClellan, CA 95652-2100 Sacramento County
- Record
- SN00232570-F 20030101/021230215656 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |