DOCUMENT
S -- Power Washing Canteen Area and Kitchen - Attachment
- Notice Date
- 4/3/2018
- Notice Type
- Attachment
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);3001 Green Bay Road;North Chicago
- Solicitation Number
- 36C25218Q0788
- Response Due
- 4/12/2018
- Archive Date
- 5/12/2018
- Point of Contact
- Antaeus Gayles
- Small Business Set-Aside
- N/A
- Description
- SPECIFICATION/STATEMENT OF WORK 1. Technical Work Requirements Power wash walls and floors in Contract Line Items 001, 002, 003 and 005 twice a year per Attachment (1). Power wash walls and floors in Contract Line Items 004 and 006 upon completion of construction, approximately December 2019, the once during the base year. Beginning in Option Year One, power wash walls and floors twice a year. Power washing scheduling will be coordinated with the COR. Power wash walls and floors in Contract Line Item 007 monthly, twelve times a year. It will be the responsibility of the Contractor to move furniture and equipment, and to replace moved items to their original location. Chemicals used must not cause damage to glazing, grout, or painted surfaces. Any excess cleaner spilled must be cleaned-up, the residue neutralized as required, and the surface washed and dried. Contractor shall furnish a listing of proposed chemicals to be used, along with Material Safety Data Sheets, for approval by the Government to the COR in accordance with federal regulations. Floors will not be fixed with putty dams, which allow for flooding or soaking as a means of pre-cleaning. The Contractor will provide appropriate equipment to be used for cleaning. Cleaning services can be provided any day of the week during the hours of 7PM and 4AM, or on Weekends 7AM to 9PM. Contractor shall be professional at all times and will take all necessary precautions to maintain a safe environment for the patients. Since work will be completed during the evening and early morning hours, Contractor shall minimize noise to the fullest extent possible while working in the hospital areas. Date of cleaning will be coordinated with COR, Steve Navarro, who can be reached at 224-610-5706 at Federal Health Care Center, North Chicago. 2. Compliance with the general safety regulations All Contractors performing services for the Government are required and shall comply with all Occupational Safety and Health Administration (OSHA), State, County and Municipal Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. All ladders, scaffolding, window anchors, safety belts, etc. shall be OSHA approved. Contractor shall use caution signs as required by OSHA Regulations. Caution signs shall be on site upon commencement of Contract. The Contractor shall purchase and issue all chemicals in their original containers. Materials that require precautionary warnings shall have affixed to all containers such labels or markings as are prescribed by law, regulatory agencies or this Contract. Any violation of OSHA may be subject to default action. Contractor shall furnish to the COR two (2) copies of Material Safety Data Sheets, for all products proposed for use, a minimum of seven days prior to beginning service, for approval. Contractor must update copies of the MSDS on an annual basis. In addition, each time a new chemical or cleaning product is proposed to be introduced into the facility, a copy of that product s MSDS must be provided to the COR for approval, prior to the product being used at the facility. 3. Compliance with Security Requirements A FHCC Police background check will be a requirement for all Contractor s employee(s) providing services to the government. This shall allow the Contractor to access areas within the Medical Center such as offices, clinics patient rooms, and other restricted areas. No employee shall be permitted to perform work or access non-public areas without a background check and written clearance by Police and the Contractor providing additional background investigations. Contractor is fully responsible for costs incurred for background investigations conducted by private Contractors listed by U. S. Government. The Contracting Officer can provide you with further information. Information needed for background checks: Full Name, first middle and last, of any employee who will be performing work under this agreement Social Security Number Driver s License # and State issued Date of Birth Race State(s) lived-in and current address with zip code 4. Identification, Parking, and FHCC Regulations The Contractor s employees approved by the COR shall wear visible Contractor identification badge at all times while on the premises of the FHCC. Those badges will be obtained from the PIV issuing office after successful completion of background checks. All employees of the Contractor providing services to the Government must wear a company uniform identified with the company name and/or logo. Uniforms must be neat and clean at all times while working at the FHCC. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Contact the COR for all information. Any interior or exterior doors that must be unlocked to gain access, shall be kept locked during the performance of work. Should any other devices need to be unlocked, those devices must be locked immediately upon entry or exit. At no time shall the Contractor allow any person into a locked area or loan keys/access cards to another person. Contractor may be held in default for failure to comply with this requirement and subject the Contractor and employees to other legal remedies. Due to the nature of working at a Government facility, the Contractor s staff shall be required to sign in and out each day at the COR s office, Building 131, Room 1E. If working on weekends, Contractor will sign-in at the Administrative Officer of the Day in Building 133. FHCC Contact Person: Mr. Steve Navarro at 224-610-5706. The Contractor agrees that none of its officers or employees shall use or reveal any research, statistical, medical, or security information obtained in the performance of the work without the written consent of the Government. 5. Scheduling work and reporting completed work The Contractor shall be required to submit a schedule for approval by the COR within ten days of award, detailing the specific building, floor, and work area. The Contractor shall adhere to the approved cleaning schedule. Work must be completed within one week of start date. 6. Qualifications of contract personnel The Contractor shall be fully staffed on the first day of work under the contract. All personnel shall receive close and continued first-line supervision by the Contractor. Individuals who are performing the work must be experienced, fully trained and a regular employee of the Contractor. Cleaners shall be regular employees of the Contractor and day laborers are not acceptable. Cleaners employed by the Contractor shall be fully trained and skilled in safe and proper washing practices and techniques. The Contractor shall provide sufficient documentation to demonstrate adequate training has been provided. Contractor shall submit statement outlining their training program and method of verifying employee competency with this signed quote. Contractor s employees shall be literate in English. This includes, but is not limited to ability to read and understand regulations, detailed written instructions, training manuals and materials and manufacturer s technical manuals. Contractor must have an established business, with an office and full time staff. The staff includes a Fully qualified employee who have been professionally trained to perform the work. Fully qualified is based upon training and on experience in the field. For training, the employee has successfully completed a formalized training program, in providing cleaning services on the type of buildings and under similar conditions. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of employees performing services, as applicable, at the FHCC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel performing services under this agreement. The CO and/or COR specifically reserve the right to reject any of the Contractor s personnel and refuse them permission to work on the FHCC premises, if warranted, and if it is in the best interest of the Government. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. No work by a subcontractor will be performed unless approval has been granted in writing through a purchase order modification. No payment for service rendered will be made without a purchase order or purchase order modification signed by the Contracting Officer. 7. Quality Control Program The Contractor shall establish a complete Quality Control Program to assure that the requirements of the Contract are met as specified. The Quality Control Plan shall be submitted to the COR for review and approval within ten calendar days after contract award. The QCP shall be a system for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable and/or the COR or CO point out the deficiencies. This QCP is of paramount importance. The program shall include, but not limited to the following: Creation of the checklist is the responsibility of the Contractor. It shall be signed and dated to indicate the time inspection was completed. It is not permissible for the person who performs the work to inspect and accept that work. The Contractor and his supervisors who will complete inspections should be identified by title and type of inspection each is authorized to perform. An on-site file of all inspections conducted by the Contractor and the corrective action taken. This documentation shall be made available to the Government, upon request, during the term of the Contract. Contractor shall inspect the premises (as needed) and provide in writing, any noted discrepancies and planned follow-up action to correct discrepancies. The written report will be sent to the COR. The COR shall monitor the Contractor s compliance with, and performance under, the terms and conditions of the contract. 8. Documentation Reports The documentation will include detailed descriptions of the services performed including, but not limited to, the following: Name of Contractor and Contract number; the current Purchase Order number beginning with 556C Name of employee(s) who performed services Location, date and time, when services were performed Note: Any additional charges claimed must be approved by the CO before service is started. Any additional work over and above that specified in this statement of work is not authorized unless a modification to the Purchase Order has been issued by the Contracting Officer to the Contractor. Payment will not be made to the Contractor for Services Rendered without the Purchase Order Modification. No FHCC staff member, including the COR has the authority to authorize additional services without a Purchase Order Modification signed by the Contracting Officer. Footnote: The Contractor may design/develop a Service Report form that incorporates the above minimum criteria. The form should be on standard 8 ½ x 11 paper and must be approved by the CO or COR prior to use and implementation. Additional reports/Documentation required prior to commencement of services unless otherwise stated: Certificate of Insurance Vets 100 Copy of appropriate Business License Contractor s employees Certifications and training certificates, as applicable MSDS/Labels Inspection Checklists Each building work completion report submitted in accordance with the Quality Control Program List of authorized employees as required in paragraph 6. 9. Reporting Required Services Beyond the Contract Scope: The Contractor shall immediately, but no later than 24 consecutive hours after discovery, notify the CO and CORR in writing of the existence or the development of any defects in, or repairs required, which the contractor considers he/she is not responsible for under the terms of the contract. 10. Insurance Prior to commencing work or services under this Contract, CONTRACTOR shall furnish the Contracting Officer with Certificates of Insurance, or formal endorsements as required by the Contract, issued by Contractor s insurer(s), as evidence that policies providing the required coverage, conditions and limits required by this contract are in full force and effect. Such certificates shall identify this contract number and title. The insurance policies required by this contract, except worker s compensation and professional liability, shall name the government (specifically the U. S. Department of Veteran s Affairs Medical Center/Federal Health Care Center, North Chicago, IL), its agents, representatives, offices, directors, officials and employees as Additional Insured. In the event any insurance policy required by this Contract is(are) written on a claims made basis, coverage shall extend for two years past completion and acceptance of the Contractor s work or services and as evidenced by annual Certificates of Insurance. If a policy does expire during the life of the contract, a renewal certificate must be sent to the Contracting Officer fifteen days prior to the expiration date. Certificates received without the contract number on them will be returned. Insurance required herein shall not expire, be cancelled, or materially changed without thirty days prior written notice to the government. In addition to the minimum requirements as outlined, the Contractor shall provide $1,000,000 General Liability coverage or whatever is the maximum in the industry for the type of work being performed under this agreement. As noted herein, Contractor shall provide the certificate of insurance to the COR prior to the commencement of any work on site. 11. Pre-work Orientation Contractors employees shall attend a pre-work, up to two hours duration, orientation meeting at FHCC prior to the commencement of work on site. The FHCC will schedule this meeting and will include discussion of the following topics: Fire and Safety Infection Control Disaster procedures Security Other as deemed necessary The Contractor will be responsible to ensure that Contractor s employees coming to the work site have attended pre-work orientation for the information required above. The Contractor will be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. 12. Unauthorized Use of Government Equipment The Contractor shall not allow his/her employees, including Subcontractors employees, to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call to 911. 13. Tax Exemption The federal government is exempt from most taxes. Exemption Certificates indicating the Federal Health Care Center s tax exempt status will be furnished by the Contracting Officer upon request.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q0788/listing.html)
- Document(s)
- Attachment
- File Name: 36C25218Q0788 36C25218Q0788_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4200371&FileName=36C25218Q0788-018.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4200371&FileName=36C25218Q0788-018.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25218Q0788 36C25218Q0788_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4200371&FileName=36C25218Q0788-018.docx)
- Place of Performance
- Address: Captain James A. Lovell FHCC;3001 Green Bay Road;North Chicago Il 60064
- Zip Code: 60064
- Zip Code: 60064
- Record
- SN04875868-W 20180405/180403231243-86229a7c75319fba1ebda7bcf53ca393 (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 |