Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2012 FBO #3968
SOLICITATION NOTICE

S -- JANITORIAL SERVICES for the CHENA FLOOD CONTROL PROJECT

Notice Date
10/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-12-T-0016
 
Archive Date
11/23/2012
 
Point of Contact
Michael Suprenant, Phone: 9077532555
 
E-Mail Address
michael.suprenant@us.army.mil
(michael.suprenant@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS WORK IS SET-ASIDE FOR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS JANITORIAL SERVICES for the CHENA FLOOD CONTROL PROJECT NORTH POLE, ALASKA Performance of Work Statement (PWS) (Government's minimum acceptable standards for janitorial services) 1. SCOPE OF WORK : The contractor shall provide all supervision, personnel, equipment, tools, materials, transportation and other items necessary to perform janitorial services at the Chena River Flood Control Project near North Pole, Alaska. Janitorial service applies to all designated spaces, including, but not limited to halls, restrooms, offices, work areas, kitchens, entranceways, common areas, conference and foyers. 2. QUALITY CONTROL : The contractor shall establish a complete quality control program for the performance requirements of this contract and shall provide a written copy of to the Government no later than 30 days of contract award. The Government will review and provide comments on the plan, and the Contractor shall submit a revised plan for acceptance by the Government prior to the start of work. The contractor shall maintain the quality control program throughout the contract performance; and, at any time upon verbal or written request, shall provide a copy to the Government for review. The Quality Control program shall include as a minimum the following: •a. The Contractor shall use a checklist inspection system covering all work tasks stated in the contract. The checklist will be completed after each cleaning and this signed form shall be provided to the Quality Assurance Evaluator (QAE), who is the Chena Project Office Manager. The QAE will review the checklist and note any discrepancies. The contractor shall meet with the QAE at least once a week to resolve any problems identified. Issues that cannot be resolved by the local level will be elevated to the Corps Contracting Officer (CO). 3. PERFORMANCE CRITERIA : Acceptable and unacceptable contract performance will be determined by the QAE and the Contractor. When the contractor's personnel's performance is considered to be unsatisfactory, a report shall be made to the Contracting Officer to determine if a deduction in price is to be taken. The Corps of Engineers representative will require the contractor to explain, in writing, the cause of the discrepancy, and corrective action to obtain an acceptable level(s), and corrective action to preclude a recurring incidence of the problem. a. Deductions will be made for no-shows for scheduled cleaning times on the basis of bid items. Only the Contracting Officer can withhold payment for any nonperformance issues. 4. IDENTIFICATION OF CONTRACTOR PERSONNEL : The Contractor shall provide to the Chena Project Manager a list of all contract employees who are to perform cleaning services at the Chena Flood Control Project. Only the contractor employees are permitted inside the facility and no employee may be under the age of 18 years of age. All contractor employees shall have an identification card on their person and must present it if requested by a government representative. 5. BACKGROUND INVESTIGATIONS : All janitorial employees will have a background check investigation and an identification card. The background check shall be submitted to the Government as part of the Quality Control Plan. a. Local Background Checks : Police agencies can provide an individual a document, commonly called a "Letter of Good Conduct," that indicates whether they have a criminal record in a particular jurisdiction. An individual could go to the Alaska State Troopers in the town/county where they reside and simply request the document. b. Other Background Checks : There are many private companies that conduct pre-employment criminal background checks for employers. This type of check requires the full name of the applicant and address. In some locations a signed release is also required from the applicant. 6. DEFINITIONS : As used throughout this document, the following terms shall have the meaning set forth below and in DEFINITIONS, in Section I hereto and other common sense considerations and industry standards. a. Where "as shown", "as indicated", "as detailed", or words of similar import are used, it shall be understood that reference is made to this specification and the drawings, if any, accompanying this specification unless stated otherwise. b. Where "as directed," "as required," "as permitted," "approval," "acceptance," or words of similar import are used, it shall be understood that direction, requirement, permission, approval, or acceptance of the Contracting Officer is intended unless stated otherwise. c. Contractor. The term Contractor as used herein refers to both the prime Contractor and any subcontractors or personnel. The prime Contractor shall ensure that his/her subcontractors comply with the provisions of this contract. d. Clean. "Clean" shall be defined as free of dirt, dust, spots, streaks, stains, smudges, litter, debris and other residue. e. Disinfect. Cleaning in order to destroy any harmful microorganisms by application of an approved chemical agent. f. Facility. An establishment, structure, or assembly of units of equipment designated for a specific function. g. Frequency of Service: (1) Two times per Week. Services performed 2 times a week, specifically the days of Tuesday and Friday. (2) One time per Month. Services performed 12 times during each 12-month period of the contract, specifically during the last week of the month. (3) Two times per Year. Services performed twice during each 12-month period of the contract, specifically during the months of April and October. (4) One time per Year. Services performed once during each 12-month period of the contract, specifically during the month of May. h. Quality Assurance (QA). A method used by the Government to provide some measure of control over the quality of purchased services received. i. Quality Assurance Evaluator (QAE). The Government employee designated to evaluate the quality of services produced. j. Regular Working Hours for Cleaning. All janitorial cleaning shall be performed between the hours of 4 p.m. and 12 a.m. each Tuesday and Friday. j. Re-lamping. Re-lamping is not a requirement of this contract. k. Space. A space is an area to receive janitorial services, which may or may not be considered a room by common definition. Examples of spaces are definable sections of halls, restrooms, work areas, common areas, test room areas, storage areas, lobbies, offices, kitchens and entranceways. l. Waste Containers. Waste containers are defined as trash receptacles, wastebaskets, trashcans, wastepaper baskets, or any container used for holding, collecting or transporting trash, paper or refuse of any type. Exterior dumpsters are not a responsibility of this contract. 7. GOVERNMENT FURNISHED PROPERTY AND SERVICES : a. Government Furnished Facilities. The Government will provide a small amount of storage space in the designated janitorial closet to the Contractor for supplies and equipment. Water for cleaning and a utility sink are available in this closet. Supplies and equipment stored in this closet by the Contractor shall be maintained in a clean, neat and orderly manner at all times. All contractor supplies and equipment stored in this closet must be clearly marked with the Contractor's name so it will not be mixed up with government supplies and equipment. The Contractor shall secure and maintain the necessary office space and other facilities required for the performance of this contract at his/her own expense. b. Government Furnished Equipment. The Government will supply all paper products (toilet tissue and paper towels), trash can liners and large trash bags needed for this contract. The Contractor will supply all other cleaning supplies and equipment necessary to satisfy the cleaning requirements. All Facility keys will be controlled at all times if any keys are lost the contractor will be responsible for the cost involved to rekey the facility. c. Availability of Utilities. The Government will furnish the following utility services if applicable, at existing outlets, for use in those facilities provided by the Government and as may be required for the work to be performed under the contract: electricity, fresh water, sewage service, and refuse collection (from existing collection points). Information concerning the location of existing outlets may be obtained from the Contracting Officer or their representative on site. The Contractor shall provide and maintain, at his/her expense, the necessary service lines from existing Government outlets to the site of work. 8. CONTRACTOR FURNISHED ITEMS : The Contractor shall provide all other facilities, equipment, materials, supplies, and services except as specified in paragraph 7.b to perform the requirements of this contract. 9. MANAGEMENT : The Contractor shall manage the total work effort associated with the janitorial services required herein to assure fully adequate and timely completion of these services. Included in this function will be a full range of management duties including, but not limited to, planning, scheduling, and quality control. The Contractor shall provide an adequate staff of personnel with the necessary management expertise to assure the performance of the work in accordance with sound and efficient management practices. The Contractor shall maintain an adequate workforce to complete work in accordance with the time and quality standards specified herein. The workforce will be adequately trained to perform all duties in a safe manner complying with all prescribed OSHA and Army safety directives. a. Work Control. The Contractor shall implement all necessary work control procedures to ensure timely accomplishment of work requirements, as well as to permit tracking of work in progress. The Contractor shall plan and schedule work to ensure material, labor, supplies and equipment are available to complete work requirements within the specified time limits and in conformance with the quality standards established herein. Verbal scheduling and reports on the status of service calls shall be provided when requested by the Contracting Officer. b. Work Schedule. The Contractor's initial work schedule shall indicate the days that weekly or less frequent services will be performed. The schedule shall list the type of work to be performed and the areas to be worked. When scheduled services performed twice weekly or less frequently fall on a holiday, the next scheduled cleaning dates shall be specified. The initial work schedule shall be submitted to the Contracting Officer for approval within 15 days after award. Once approved, all work shall be performed in strict compliance with the work schedule to facilitate the Government's inspection of the work. In preparing the work schedule, the Contractor shall comply with all general requirements. c. Interference with Government Business. Federal Corps Park Rangers will often be working during the specified contract cleaning periods. The Contractor shall schedule and arrange work so as to cause the least interference with the normal occurrence of Government business and mission. In those cases where some interference may be essentially unavoidable, the Contractor shall be responsible to make every effort to minimize the impact of the interference, inconvenience, customer discomfort, etc. d. Protection of Government Property. During execution of the work, the Contractor shall take special care to protect Government property including furniture, walls, baseboards, and other surfaces. Accidental splashes shall be removed immediately. The Contractor shall return areas damaged as a result of work under this contract to their original condition, to include painting, refinishing, or replacement, if necessary. •1. It is critical that no citric-based cleaners be used on any of the concrete surfaces to include countertops, masonry heater ledges and bathroom sinks. Such cleaners will permanently etch these materials. •2. Barn wood baseboard is highly susceptible to water damage and therefore the Contractor is advised to work very carefully on cleaning the slate floor adjacent to the walls and baseboard. The utmost care and attention shall be given to these areas throughout the facility. e. If work is not performed by the contractor personally, then a bona fide supervisor with full authority to represent the contractor shall be required to visit the work site at least twice a month to verify the work is being accomplished as specified. This representative must be someone other than the person performing the work. f. Contractor shall ensure that all employees and/or subcontractors have adequate knowledge of commercial cleaning chemicals, equipment and techniques necessary to perform work. The Government may require contractor to discontinue using any employee or subcontractor, determined by the Contracting Officer Representative on site, to be unsatisfactory. 10. JANITORIAL SERVICES REQUIREMENTS. The Contractor shall provide janitorial services described herein. •(1) Two Times Per Week Services (CLINS 0001, 0005 and 0009). Services shall be performed two times per week and shall include the services listed below. Furniture or other equipment (including waste containers) moved while performing basic services shall be returned to their original position. This work shall be paid under Bid Schedule Base Clin 0001 and Optional Clins 0005 and 0009 if awarded. (a) Dusting. Dust window sills, mini-blinds, base-boards, woodwork, HVAC vents, light fixture lenses, conference tables, and all surfaces where dust may collect and is clearly visible to the eye. Office desks shall not be dusted. Use a damp/chemical treated cloth to dust. (b) Vacuuming. The contractor shall vacuum all floor areas, carpeting and rugs, upholstered furniture, window sills, restroom facilities, entryways, common areas and storage closets so that after vacuuming, they are free of all visible dirt, litter, dust and soil. Clean carpet edges and baseboards as needed. Carpeted areas and rugs shall be vacuumed using a commercial grade vacuum cleaner with a beater brush/crevice hose type machine with a filtration system which minimized airborne dust particles and incorporates a HEPA filter. Easily moved objects such as waste cans and roller chairs shall be moved, their position vacuumed and the object replaced. (c) Cleaning Walk-off Mats. Each time floors are vacuumed walk-off mats in that area shall be cleaned by appropriate method (vacuum if carpet, sweep and hose down if rubber/polyester mat) to remove soil and grit. Soil and moisture underneath mats shall be removed and the floor shall be cleaned as appropriate along with the rest of the floor. The mats shall be returned to their original locations afterwards. The Contractor shall report, in writing to the Contracting Officer, all walk-off mats that are worn the point of being ineffective. Provide six to 10 foot cleaned barrier mats placed at entrances, lobbies and based on traffic flow and climate. (d) Floor Sweeping. The slate floor in the reception great room, conference room, administration area, kitchen, hallways and restrooms shall be swept to be free of litter, dirt, dust and other miscellaneous debris. (e) Spot Clean Carpets. The contractor shall spot clean/shampoo carpets that are stained over an area of 2 square feet (sq. ft.) or less. Spot cleaning shall be accomplished with vacuuming service and/or spot carpet cleaning product that is compatible with the carpet type. (f) Trash. All trash receptacles including all administrative, office and kitchen shall be emptied and returned to their initial location with contractor provided new plastic liners. Boxes, cans, paper placed near a trash receptacle and marked "TRASH" shall be removed. All debris or liquids remaining in a trash receptacle due to a leaky plastic trash bag shall be removed and trash receptacle shall be scoured and disinfected prior to new plastic liner replacement. Trash shall be disposed of in a secured plastic bag. The contractor shall pick up any trash that may fall onto the facility or grounds during the removal of such trash collection. All refuse collected shall be disposed of in the nearest trash dumpster outside the building. Unless otherwise indicated, trash shall be emptied from all wastebaskets. Dirty trash receptacles shall be washed inside and out and shall be odor free. (g) Horizontal Surfaces, Furniture and Upholstered Furniture. All horizontal surfaces, such as window sills, window blinds, hand rails, wainscoting, wood strips, door frames and tables within six feet from the top of the finished floor shall be cleaned free of lint, dust, dirt, cobwebs, marks, fingerprints, smudges, and other accumulated soils. Items on furniture/countertops are to be dusted and replaced; however, items on desktops such as papers are not to be disturbed. Upholstered furniture shall be free of dust, dirt, lint, other stains and discoloration and shall be kept free of all visible lint, liter, soil and imbedded grit. (h) Countertops and other Horizontal Surfaces. All horizontal surfaces to include concrete countertops and ledges, administrative surfaces, kitchen countertops, conference table, cabinet tops and other such surfaces shall be cleaned by wiping to be free of dust, lint, dust, dirt, marks, fingerprints, smudges and other substances. (i) Doors and other Vertical Surfaces. Clean and dust all interior doors including their vertical surfaces, frames, door glass, hardware and kickplates to be free of dust, dirt, marks, fingerprints and smudges. Door glass shall be cleaned with a glass cleaner. (j) Drinking Fountains. Clean and disinfect all porcelain and polished metal surfaces, including the cabinet, percolator orifices and drains. After cleaning, the entire drinking fountain shall be free from streaks, stains, spots, smudges, scale and other obvious soil. (k) Restroom Services. Restroom services shall consist of the following each time services are performed. All cleaning tasks shall be accomplished to meet the requirements of complete sanitation and disinfectant. (1) Clean and Disinfect. Completely damp clean and disinfect all surfaces of mop sinks, wash bowls, toilet bowls and seats, urinals, lavatories, showers, shower mats, dispensers, plumbing fixtures, saunas, partitions, door, walls, polished exposed piping, mirrors, tile and other such surfaces, using germicidal detergent. Disinfect all surfaces of partitions, stalls, stall doors, entry doors (including handles, kick plates, ventilation grates, metal guards, etc.), and wall areas adjacent to wall mounted lavatories, urinals, and toilets. After cleaning, receptacles will be left free of deposits, dirt, smudges and streaks, soap film, dust, soils, graffiti, scum, and odors. All bright metal finishes such as faucets; pipes, fittings and hardware shall be kept in a bright and clean condition. (2) De-scale Showers, Toilet Bowls, and Urinals. Required services include cleaning and disinfecting as indicated above, which are performed prior to de-scaling. After de-scaling, the entire surface shall be free from streaks, stains, scale, scum, urine deposits, mineral deposits, and rust stains. (3) Floor Sweeping and Mopping. After sweeping, and mopping, the entire surface shall be free from litter, dust, and foreign debris, including grout. Grout on wall and floor tiles shall be free of dirt, scum, mildew, residue, etc. Floors shall have a uniform appearance without streaks, swirls, marks, detergent residue, or any evidence of soil, stain, film, or standing water. Easily moveable items shall be tilted or moved aside to sweep and damp mop underneath. Restroom floors shall be wet mopped as necessary, to maintain sanitary conditions and a clean, uniform appearance. Glazed ceramic tile is scrubbed only. (4) Restroom Trash. All trash receptacles in restrooms, to include those receptacles used for feminine hygiene waste, shall be emptied and returned to their initial location with contractor provided and installed plastic liners. Boxes, cans, paper placed near a trash receptacle and marked "TRASH" shall be removed. All debris or liquids remaining in a trash receptacle due to a leaky plastic trash bag shall be removed. Trash shall be disposed of in a secured plastic bag. The contractor shall pick up any trash that may fall onto the facility or grounds during the removal of such trash collection. All refuse collected shall be disposed of in the nearest trash dumpster outside the building. Unless otherwise indicated, trash shall be emptied from all wastebaskets. Trash receptacles shall be washed inside and out and shall be odor free. (5) Re-supply Restrooms. Contractor shall ensure restrooms are stocked so that supplies (paper towels, toilet paper, and soap) do not run out and that dispensers are in working order. No overstocking shall be allowed. (2 ) One Time Per Month Services (Clins 0002, 0006, and 0010). Services shall be performed one time per month and shall include the services listed below. Furniture or other equipment (including waste containers) moved while performing basic services shall be returned to their original position. This work shall be paid under Bid Schedule Base Clin 0002 and Optional Clins 0006 and 0010 if awarded. •(a) Trash Containers. Contractor shall wash and scour all waste handling/containing equipment one monthly to preclude odor. The exterior dumpster is not part of this contract. (b) Wet Cleaning of Slate Floor. Contract shall wet-sweep slate floor areas (except restrooms) with a powered wet-brush rotary machine to clean the slate surface and grout joints from dirt, stains, film and residues. Floor shall be clean and free of stains, watermarks, dirt, miscellaneous residues and marks. •(3) Two Times Per Year (Clins 0003, 0007, and 0011). Services shall be performed two times per year and shall include the services listed below. Furniture or other equipment (including waste containers) moved while performing basic services shall be returned to their original position. This work will be paid under Bid Schedule Base Clin 0003 and Optional Clins 0007and 00011 if awarded. (a) Clean/Shampoo Carpets. A professional carpet-cleaning contractor shall accomplish all cleaning/shampoo by "steam cleaning or hot water" deep dirt extraction methods. Apply a heavy-duty spot remover in heavily soiled areas. Apply required amount of cleaning solution with the extractor machine, extract, and allow carpet to dry before use and use drying fans as needed for drying. After shampooing, the carpeted area will be uniform in appearance and be free of stains and discoloration. All cleaning solutions shall be removed from baseboards, furniture, trash receptacles, chairs, and other similar items. Chairs, trash receptacles, and easily movable items shall be moved to clean carpets underneath, and returned to their original location. No heavy desks, file cabinets or other large furniture will be moved for carpet cleaning. The Contractor will be expected to notify the Corps quality assurance inspector when the carpet is scheduled to be cleaned at least one week in advance. (b) High Dusting/Cleaning. High cleaning shall be performed twice a year in September and includes cleaning horizontal and vertical surfaces above 7'‑0" from floor level including all overhead piping and ceiling areas. All dust, lint, litter, and soil shall be removed from all surfaces. Walls shall be free of dirt, smudges, and markings. Ceilings are to be free of cobwebs and loose dirt. (c) Cleaning Venetian Blinds. Venetian blinds, including mini-blinds, shall be removed and cleaned free of all dust and embedded dirt and re‑hung in working order. Once removed for cleaning, the blinds shall be re‑hung by the Contractor within three working days. (4) One Time Per Year (Clins 0004, 0008, and 0012). Services shall be performed one time per year and shall include the services listed below. Furniture or other equipment (including waste containers) moved while performing basic services shall be returned to their original position. This work will be paid under Bid Schedule Base Clin 0004 and Optional Clins 0008 and 0012 if awarded. (a) Cleaning Exterior Glass. Includes all exterior glass surfaces, window frames, sills and sashes, from the ground line up. After cleaning all glass surfaces shall be left free of streaks and stains, wiped dry and all adjacent surfaces wiped dry. Contractor will clean window film in accordance with special care instructions. If instructions are not displayed, Contractor will contact the Project's quality assurance inspector prior to cleaning. No exterior glass cleaning will be required when exterior temperatures are below 38 degrees. (b) Cleaning Interior Glass Surfaces. Includes all glass partitions, walls, windows, door glass, mirrors, exhibits, framed art/exhibits and adjacent trim in the facility and foyers up to 10' above the floor. After cleaning there shall be no traces of dust, dirt, smudges, film, tape, streaks, watermarks, or other foreign matter. Contractor will clean the domed Plexiglas model of the dam, aerial photograph picture and snowmobile windshield using Pledge spray wax only. BID SCHEDULE Clin Description Quantity Unit Unit Price Total Price Base Year 0001 Two Times Per Week Cleaning Services 104 Days $________ $_______ 0002 One Time Per Month Cleaning Services 12 Days $________ $_______ 0003 Two Times Per Year Cleaning Services 2 Days $________ $_______ 0004 One Time Per Year Cleaning Services 1 Day $________ $_______ Total Base Year $_______ Option Year 1 0005 Two Times Per Week Cleaning Services 104 Days $________ $_______ 0006 One Time Per Month Cleaning Services 12 Days $________ $_______ 0007 Two Times Per Year Cleaning Services 2 Days $________ $_______ 0008 One Time Per Year Cleaning Services 1 Day $________ $_______ Total Option Year 1 $_______ Option Year 2 0009 Two Times Per Week Cleaning Services 104 Days $________ $_______ 0010 One Time Per Month Cleaning Services 12 Days $________ $_______ 0011 Two Times Per Year Cleaning Services 2 Days $________ $_______ 0012 One Time Per Year Cleaning Services 1 Day $________ $_______ Total Option Year 2 $_______ Total Base + Option Years 1 and 2 $_______
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-12-T-0016/listing.html)
 
Place of Performance
Address: Box 55270, North Pole, Alaska, 99705, United States
Zip Code: 99705
 
Record
SN02907583-W 20121005/121003234458-5e7e90bba250e712eb98343281af3331 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.