DOCUMENT
S -- Janitorial Services Vet Center - Attachment
- Notice Date
- 2/18/2011
- Notice Type
- Attachment
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Minneapolis VAMC - Department of Veterans Affairs Medical Center
- Solicitation Number
- VA26311RQ0086
- Response Due
- 3/4/2011
- Archive Date
- 4/3/2011
- Point of Contact
- Justin H Rose
- E-Mail Address
-
ct
- Small Business Set-Aside
- N/A
- Description
- SCOPE OF WORK The US Department of Veterans Affairs Health Care System Minneapolis, 7001 78th Ave N, Suite 300, Brooklyn Park, MN 55445, hereinafter referred to as Vets Center, intends to issue a contract for janitorial services. Contractor shall provide all labor, supplies, equipment, uniforms, supervision, and training in accordance with the attached schedule of items and statement of work. STATEMENT OF WORK The Vets Center will be serviced according to the following schedule. When scheduled service falls on a legal holiday, work will be performed on the following business day. LEGAL HOLIDAYS National Holidays: The ten (10) holidays observed by the Federal Government, are New Year's Day, Presidents Day, Martin Luther King's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas, or any other day specifically declared by the President of the United States to be a national holiday. SERVICES ARE TO BE PROVIDED IN ACCORDANCE WITH THE FOLLOWING WORK SCHEDULE WITH PERFORMANCE FREQUENCY NOT LESS THAN STATED At a minimum, quarterly site visits by Contractor management are mandatory to monitor its employees' work performance. Such visits will be coordinated with Vets Center administrative personnel and the Contracting Office. Contractor's working time frame is between 8:30 a.m. to 11:30 a.m. Contractor's employees are not allowed in the Vets Center after hours, unless approved by VA staff and the Contracting Office. After hours work for major carpet shampooing, floor waxing, etc., may be arranged with and approved by VA administrative staff and the Contracting Office. Janitorial services are required three (3) days per week: Mondays, Wednesdays and Fridays. Contractor shall ensure that their personnel are capable employees, trained and qualified in janitorial type work. Employee training shall include all applicable Occupational Safety and Health Act (OSHA) and other related standards. WORK SCHEDULE A.SERVICES TO BE PERFORMED MONDAYS, WEDNESDAYS, and FRIDAYS i.Waste Disposal: Empty all trash receptacles, place at collection point, and replace trash can liners when soiled; ii.Carpet Cleaning: The full rug area is to be vacuumed to remove all dirt, dust and litter; iii.Window Cleaning: All window glass, glass deflectors, clear and opaque glass in partitions and doors shall be washed; iv.Damp-wipe tables, counters, and chairs using disinfectant; v.Clean and disinfect Break Room counters, sinks, and exterior of refrigerator; vi.Clean interior and exterior of microwave oven; vii.Clean glass on appliances; viii.Wet/Dry Mop: The full floor area is dust-mopped, with a treated dust mop, to remove all dirt, dusts and litter. Exposed floor areas in partially carpeted offices are to be dust-mopped on the same schedule. Dust-mop full floor area of any storage space with a treated dust mop. Wet mop as necessary to maintain floor cleanliness. B.SERVICES TO BE PERFORMED WEEKLY: i.Stains shall be removed from all carpets in the buildings; ii.The inside and outside surfaces of all wastebaskets shall be washed or damp-wiped as necessary to keep them in clean condition; and iii.Spot clean walls and doors to remove marks. iv.Dust all horizontal ledges (floor to six feet in height), file cabinets, window sills, shelving, partitions, picture frames, chair bases, and all manner of furnishings (provided area is clear of clutter or personal items.) C.SERVICES TO BE PERFORMED MONTHLY: i.Vacuum along edges, in corners, and around furniture using hand held vacuum or vacuum with edge attachment; ii.Vacuum chair upholstery; iii.Clean and sanitize telephone handset mouth and earpieces in all rooms; iv.Descale Break Room sink; v.Clean blinds; vi.High dust above six (6) feet height all horizontal surfaces including shelves, moldings and ledges; vii.Wall Cleaning: Wall surfaces within approximately 70" of the floor, vertical surfaces and under surfaces (knee wells, etc.) shall be dusted; and viii.Dust Wall Covers (Pictures): Low dust all horizontal surfaces to 70" including picture frames, ducts, radiators, etc. D.SERVICES TO BE PERFORMED QUARTERLY: i.Clean light fixtures; ii.Clean both sides of windows; iii.Spot clean chair upholstery; and iv.Clean ceiling vents and cold air returns. E. SERVICES TO BE PERFORMED SEMI-ANNUALY: i.Shampoo Carpet: All carpets in offices, reception area, conference rooms, and storage areas. ii.Shampoo upholstery: All upholstered chairs in offices, conference rooms, and in reception area. PRICE QUOTED IN THE SCHEDULE OF ITEMS IS TO INCLUDE: ALL LABOR, EQUIPMENT, AND SUPPLIES TO ACCOMPLISH THE WORK AS SPECIFIED. Tasks not included in this agreement include desk cleaning, watering plants, removal of infectious/hazardous waste, and bathroom areas. Also, vendor is not responsible for any tasks in the following rooms: 102, 106, 112, and 115. Cleaning services are to be provided as stated above. Changes in cleaning schedule are subject to the approval of the Contracting Officer. PERMITS & LICENSES In the performance of work hereunder, the Contractor shall obtain and maintain in effect all necessary permits and licenses required by Federal, State, or Local government, or subdivisions thereof, or of any other duty constituted public authority. Further, the Contractor shall obey and abide by all applicable laws and ordinances. Contractor shall furnish with the proposal certification from his/her insurance company indicating that the coverage has been obtained and that it may not be changed or canceled without written notice to the Contracting Officer. ENVIRONMENTALLY PREFERABLE PRODUCTS AND SERVICES (buy recycled) All non-chemical products proposed for use under this contract must conform to the Environmental Protection Agency (EPA) Comprehensive Procurement Guidelines (CPG) if the products are EPA-designated items. It is desirable for products that meet the desired objective (e.g. ability to clean effectively) and are not CPG-designated items also contain the highest possible amounts (by percentage) of recovered material(s) and post-consumer content. Mandatory Product Attributes: Prior to contract award, the successful bidder must provide a Material Safety Data Sheet (MSDS) on each product intended to be used in providing janitorial services. In addition, the successful bidder must submit documentation that provides proof that all ingredients, both active and inert, in each of the janitorial products identified for use in execution of the contract, adhere to the criteria specified as mandatory product attributes below: No bioaccumulative and toxic chemicals No hazardous waste characteristics No ozone-depleting substances Low VOC levels Recycled content No known or suspected carcinogens See web site: http://www.epa.gov/cpg/ UNIFORMS Uniforms shall be worn by all Contractor employees while on VA property and provided by the Contractor. At a minimum, uniforms shall include the Contractor's name. CONTRACTOR MANAGER / SUPERVISOR The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person, and alternate(s), who shall act for the contractor when the manager is absent, shall be designated in writing to the Contracting Officer and COTR prior to contract start date. The contract manager and alternate(s) shall be able to read, write, speak, and understand English sufficiently to understand and convey information to the Government's COTR and Contracting Officer for proper action and correction of deficiencies, if necessary. The contract manager, or designated alternate(s), must be available for verbal communication with the COTR and Contracting Office during duty hours. The contract manager and alternate(s) must provide telephone, cell, or pager numbers where they can be reached during normal duty hours. Either the contract manager or the alternate(s) must respond in person or telephonically within thirty (30) minutes after being contacted. The contract manager shall ensure that alcoholic beverages and/or drugs are not brought into or consumed on the Government's facility. The contract manager shall instruct its employees to promptly report hazardous conditions as well as items needing repair. These conditions shall be reported to the COTR on the same day as they are observed. INDEMNIFICATION / INSURANCE RESPONSIBILITY FOR GOVERNMENT PROPERTY The Contractor assumes full responsibility for and shall indemnify the Government against any and all losses or damage of whatsoever kind and nature to any and all Government property, including any equipment, supplies, accessories, or parts furnished, while in his custody and care for storage, repairs, or service to be performed under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of the Contractor, any subcontractor, or any employee, agent, or representative of the Contractor or subcontractor. If due to the fault, negligent acts (whether of commission or omission) and/or dishonesty of the Contractor or its employees, any Government-owned or controlled property is lost or damaged as a result of the Contractor's performance of this contract, the Contractor shall be responsible to the Government for such loss or damage, and the Government, at its option, may in lieu of payment thereof, require the Contractor to replace at his own expense, all property lost or damaged. Contractor will provide a copy of insurance certificate prior to commencing work. HOLD HARMLESS AND INDEMNIFICATION AGREEMENT The Contractor shall save and hold harmless and indemnify the Government against any and all liability claims, and cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any Contractor property or property owned by a third party occurring in connection with or in any way incident to raising out of the occupancy, use, service, operation, or performance of work under the terms of this contract, resulting in whole or in part from the acts or omissions of the Contractor, any subcontractor, or any employee, agent, or representative of the Contractor or subcontractor. GOVERNMENT'S RIGHT OF RECOVERY Nothing in the above paragraphs shall be considered to preclude the Government from receiving the benefits of any insurance the Contractor may carry which provides for the indemnification of any loss or destruction of, or damages to property in the custody and care of the Contractor where such loss, destruction or damage is to Government property. The Contractor shall do nothing to prejudice the Government's right to recover against third parties for any loss, destruction of, or damage to Government property, and upon the request of the Contracting Officer shall, at the Government's expense, furnish to the Government all reasonable assistance and cooperation (including assistance in the prosecution of suit and the execution of instruments of assignment in favor of the Government) in obtaining recovery. GOVERNMENT LIABILITY The Government shall not be liable for any injury to the Contractor's personnel or damages to the Contractor's property unless such injury or damage is due to negligence on the part of the Government and is recoverable under the Federal Torts Claims Act, or pursuant to other Federal statutory authority. BACKGROUND INVESTIGATIONS / SECURITY REQUIREMENTS Contractor employees will be required to submit electronic finger prints and will be subject to a background investigation. If the Contracting Officer or his designee receives disqualifying information on a contractor employee as a result of a background investigation, he shall direct the Contractor not to allow the employee to perform any work under the terms of the contract. CHANGES / MODIFICATIONS Changes in the terms and conditions of the agreement may be made only by written agreement of the parties. Any and all modifications for changes in the terms or conditions of this agreement will be prepared for signature by the Contracting Officer and forwarded to the contractor for review and signature.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RQ0086/listing.html)
- Document(s)
- Attachment
- File Name: VA-263-11-RQ-0086 VA-263-11-RQ-0086_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=177344&FileName=VA-263-11-RQ-0086-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=177344&FileName=VA-263-11-RQ-0086-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-263-11-RQ-0086 VA-263-11-RQ-0086_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=177344&FileName=VA-263-11-RQ-0086-001.doc)
- Record
- SN02384152-W 20110220/110218234607-4c8b9a6387617aa1a456b31771b41301 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |