Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

S -- Phoenix VA Health Care System (PVAHCS) Janitorial Services

Notice Date
11/20/2020 12:47:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
 
ZIP Code
85212
 
Solicitation Number
36C25821Q0018
 
Response Due
12/10/2020 12:00:00 PM
 
Archive Date
02/08/2021
 
Point of Contact
Contract Specialist, Bill Cook, Phone: 602-795-4245
 
E-Mail Address
William.Cook2@va.gov
(William.Cook2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 21 0001 Department of Veterans Affairs NCO22-Gilbert Network Contracting 777 E. Missouri, Suite 300 Phoenix AZ 85014 Department of Veterans Affairs NCO22-Gilbert Network Contracting 777 E. Missouri, Suite 300 Phoenix AZ 85014 To all Offerors/Bidders 36C25821Q0018 11-18-2020 X This RFQ Amendment is provided to answer questions submitted by interested vendors. Refer to the attached documents. These documents include a list of questions with answers, an updated Statement of Work (SOW), and an updated Addendum to FAR 52.212-2, Evaluation--Simplified Acquisition Procedures. Page 21 of 21 SOW 1.0 (page 6) states that the total approximate square feet of cleaning will be 200,000 square feet. However, on the same page (6), the square footage for the listed buildings (1, 8, 34 and the outer buildings) equal more than 782K square feet. It further states that other buildings not listed may be included in the SOW. This is quite a variance.  Costing G&A, profit and overhead would be different when pricing for 200k sqft versus 1M sqft. What is the government's total intended square footage to be cleaned by the contractor? Answer: Paragraph 1.0 of the SOW states that the approximate square footage to be covered under each task order is anticipated to be approximately 200,000 square feet . The verbiage on page 22 of the RFQ states: It should not be anticipated that the government will issue a task order to clean every building listed under each line item in any ordering period. Buildings to be cleaned during each ordering period will be identified on individual task orders. This verbiage is repeated in Paragraph 7, FAR 52.212-2, Instructions to Quoters, beginning at the bottom of page 104. SOW 1.0 states that the contractor shall provide all labor, supervision and management to support facility cleaning..... SOW1.1.1 states that the contractor shall provide labor staffing and supervision for deep cleaning services daily..... this implies that this is a staffing only contract. However, SOW 4.0 states that the contractor shall provide and maintain all equipment...... SOW 6.3 states that the government will supply all supplies. And, that the government will not provide the Floor Equipment. Questions for clarification: Is the contractor to supply labor/staffing only? Or, is the contractor required to supply all the required cleaning equipment?  Answer: Reference the attached revised SOW, including Paragraph 6.3 and Paragraphs 4.1 through 4.3. The Government is not considering awarding this requirement as a staffing contract. The Statement of Work contemplates providing complete janitorial services. B.2 Delivery Schedule (page 22), Is the guaranteed minimum award amount for this contract of $456,000.00 the minimum amount for the Base Year period of 01/01/21 to 12/31/21?  Answer: Section B.2 Delivery schedule states the guaranteed minimum for the contract. Services will be ordered and funded by each task order. The solicitation is not clear whether the government's intention is to award this contract to a single contractor or multiple contractors. If awarded to multiple contractors, how will the government issue or compete task orders between the contractors during the contract?  Answer: The attached link for 36C25821Q0018_1.docx, entitled Combined Synopsis/Solicitation Notice, states that the requirement is a Firm Fixed Price (FFP) Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. Also, reference the attached updated FAR 52.212-2, Paragraph (a). Referencing the pricing schedule B.3. We're requesting some clarity on what the government is wanting here so that we can price appropriately. For example CLIN 0001AA. This states 16,367 sqft with 16-hour labor staffing and supervision for 2 shifts. And, that the contractor shall provide deep cleaning services daily during the hours of 15:30 and 2400 with the addition of minimal staffing during clinic operating hours of 7:30 to 16:00. For this clin, is the government requesting, by stating ""16-hour labor staffing and supervision for 2 shifts,"" that the contractor is to provide 2 supervisors (1 for each shift) and 16 man hours (8 man hours for each shift)? Clin 0001AA further states ""with additional minimal staff during the clinic hours of 730 to 1600."" What is the ""minimal staff"" being required in this clin? Given that the Unit of Measure is ""DY"" or Day, we need to know exactly what the government is requesting of the contractor for each day. More clarity on what is to be provided for each clin will be greatly appreciated.  Answer: The unit DY in the line items is Workday. Workday, as defined in 5 CFR §551.411, means the period between the commencement of the principal activities that an employee is engaged to perform on a given day, and the cessation of the principal activities for that day. All time spent by an employee in the performance of such activities is hours of work. The workday is not limited to a calendar day or any other 24-hour period . SOW 1.1.1 references the term daily, which falls under this definition. The Government cannot provide staffing recommendations for contractors. Reference each line item for determining the appropriate mix of labor. The Government does not anticipate dictating the appropriate labor mix. Following award of the contract, if the contractor is not meeting the requirements, and the Government believes the labor mix is a cause or contributing factor to that, it may provide its rationale to the contractor indicating that there is insufficient labor/management to meet requirements. The solicitation says the government will furnish all supplies, but will not provide the floor cleaning equipment. Please clarify what equipment is not provided.     Does the Government  provide vacuums and mops, but not equipment for stripping, waxing,  shampooing?  Answer: See answer to Question 2. Is there office space available for a manager? Answer: No In the CLIN descriptions, it says that deep cleaning is required daily.   What is expected for deep cleaning ? Is there a sample checklist available? Answer: Refer to the SOW for requirements. Is there an incumbent for this opportunity? Answer: No Who is the incumbent? Answer: N/A What is the annual value of the existing contract? Answer: Section B.2 Delivery Schedule provides the minimum and maximum values of the contract. Could you confirm that service is expected five days per week?  How is cleaning conducted on weekends? Answer: Sections 1.0 and 1.1.1 of the statement of Work addresses this. Is a single Past Performance Questionnaire sufficient?  May we submit prior, relevant PPQs? Answer: Information is provided in Paragraph 10 of FAR 52.212-1, Instructions to Offerors Commercial Items, located on page 105 of the RFQ document. STATEMENT of WORK Janitorial Services 1.0 DESCRIPTION OF SERVICES REQUIRED. The contractor shall provide weekday cleaning and janitorial services for the Phoenix VA Health Care System (PVAHCS), located at 650 E. Indian School Road Phoenix, AZ 85012. The Contractor shall provide all labor, supervision, and management support to facilitate cleaning of treatment areas and administrative support offices for all buildings at the PVAHCS. This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract with funded task orders awarded for each cleaning requirement. The total approximate square footage to be covered under each task order is anticipated to be approximately 200,000 square feet. Exact square footage will vary between task orders. The contractor shall achieve acceptable levels of cleanliness that meet industry standards and the joint commission. The PVAHCS facilities will continually present a clean, neat, and welcoming appearance to our Veterans, visitors, and staff. The contractor shall accomplish all cleaning tasks to meet the requirements of the Medical Center. The contractor shall perform all work in accordance with all applicable laws, regulations, contract standards, and instructions. The following buildings will be requiring services under this Statement of Work (SOW): Building #1, Main Hospital (Basement, 1st through 6th Floor), 352,800 square feet Building #8, 201,275 square feet Building #34, 31,618 square feet Outer Buildings (Building # s 2, 13, 14, 14A, 16, 20, 21, 21B, 22, 23, 23A, 24 - 29, 31 -33), 196,761 square feet Other buildings not listed here may be included in this SOW, as necessary. General Requirements: 1.1.1 Facility Cleaning Services. The contractor shall provide labor staffing and supervision for deep cleaning services daily, including the possibility of Federal Holidays, as needed to provide a sanitary and aesthetically pleasing facility. The contractor shall quickly respond to any request for the resupplying of products in the dispensers, trash removal, and spill clean-up as needed between cleanings. 1.1.2 Cleaning Equipment/Materials. Microfiber mops and rags used for cleaning must be segregated: one set used for bathrooms and diaper changing stations and a separate set for classrooms, hallways, and lobby. The contractor, after use, shall place the microfiber mops and rags in a bag and send it to the laundry. Use, no less than 1 microfiber per every two rooms. Change microfiber mops regularly and often. Sponges shall not be used. At a minimum, the contractor shall use microfiber mops and mop water, along with an (EPA)-approved germicidal disinfectant to sanitize the area and provide as germ-free an environment as possible. The disinfectant must be changed after cleaning as necessary to ensure that the area is getting disinfected. Trash, microfiber mops, brooms, and cleaning buckets shall be inaccessible to the patients and visitors to the facility. 1.1.3 Cleaning Products. All chemicals and other potentially dangerous products (except bleach water solution) and cleaning supplies (including mops, mop buckets, etc.) must be stored in their original, labeled container in a locked closet. 1.1.4 Building Security: 1.1.4.1 Key Control. The contractor shall be provided keys or allowed access to all areas and rooms requiring cleaning. Keys provided to the contractor shall not be duplicated. In the event a key is lost or duplicated, all locks and keys on that system shall be replaced by the Government. The contractor shall be responsible for the total cost involved in replacing keys and cores. The contractor shall be responsible for immediately reporting the occurrence of a lost or duplicated key to the Contracting Officer s Representative (COR) or his/her designee. 1.1.4.2 Room Access. The contractor shall ensure its employees or subcontractors do not allow any unauthorized person the use of any key in their possession. The contractor shall ensure they do not open locked rooms or areas to permit entrance by persons other than contractor employees performing assigned duties. All rooms/areas required to be locked shall not be left unattended during the cleaning process and shall be relocked by contractor personnel after completing cleaning duties. 1.1.4.3 Unlocked Doors or Windows. Contractor personnel shall turn off all lights in unoccupied areas after cleaning is performed in empty or vacant areas. The contractor shall ensure areas are secured and windows are closed and locked. The COR, or designee, and VA police shall be notified of any unlocked doors or windows during his/her duty hours. 1.1.5 Safety: 1.1.5.1 Caution Sign Use. The contractor shall display warning signs in all areas where housekeeping operations may cause traffic obstruction or personnel hazard. 1.1.5.2 Access during Cleaning. The contractor shall accomplish the cleaning of lobbies and corridors resulting in a temporary wet or slippery floor by ensuring it will not be necessary for personnel or patients to cross the wet surface to gain access to other areas (1/2 of the hallway or area at a time). The contractor shall comply with all Life Safety Regulations. 1.1.6 Handling/Cleaning of VA Furniture/Equipment: 1.1.6.1 Equipment that is plugged in for recharging shall not be unplugged. 1.1.6.2 Tables and Equipment. Podiatry tables and equipment (except console), wheelchairs, gurneys, and examination tables, and all other furniture and equipment shall be cleaned in accordance with the VHA Directive 1850. The contractor shall be responsible for moving and returning the furniture to its original location when cleaning it or behind it. 1.1.6.3 Damage: The contractor shall perform all work to preclude damage or disfigurement of furniture and/or building structure. The contractor shall repair, at contractor s sole cost, any damage caused by its employees to any part of the building or equipment or any area covered by this contract. 1.2 DESCRIPTION OF CLEANING PERFORMANCE EXPECTATIONS: The contractor shall ensure the PVAHCS facilities continuously present a clean, neat, and welcoming appearance to our Veterans and visitors for the areas they are responsible for. 1.2.1 Non-Carpeted Floors (Hard Floors: Vinyl Tile, Ceramic Tile, Wood, Concrete, etc.). The contractor shall maintain hard floors free of grit, soil, dust, scuff and heel marks, stains, spills, debris, litter, and other foreign matter by effective routine cleaning. Cleaning shall be accomplished by the most appropriate method (vacuum, sweep, dust mop, damp mop, spot clean, etc.) and with cleaning solutions if applicable, for the specific floor type. After cleaning, floor surfaces, to include grout, shall have a uniform, clean appearance without streaks, swirl marks, detergent residue, or any evidence of soil, stain, film, or standing water. Baseboards, corners, and wall/floor edges shall also be clean. Chairs, trash receptacles, and other easily moveable items shall be moved to maintain floors underneath these items and returned to their original and proper position after cleaning. Floors requiring a finish shall be maintained at a high luster and free of all marks. Floors shall be top scrubbed once a week and shall be stripped and waxed at least once every 6 weeks. 1.2.2 Carpeted Floors. Carpets shall be maintained free of soil, dirt, debris, litter and other foreign matter by effective routine vacuuming. Efficient vacuum cleaners shall offer high airflow, high efficiency filtration, and an adjustable rotating brush agitation for more effective soil removal. Any spots and/or spills shall be removed by the carpet manufacturer s approved methods or other commercially accepted practices as soon as noticed. All tears, burns, and unraveling shall be brought to the attention of the COR. Chairs, trash receptacles, and other easily moveable items shall be moved to maintain floors underneath these items and returned to their original and proper position after cleaning. 1.2.3 Stairways/Elevators/Handicap Lifts. All floor surfaces shall be cleaned in accordance with paragraphs 1.2.1 or 1.2.2, as appropriate. Stair guards, handrails, wall caps and baseboards shall be free from grease and grime. The Contractor shall remove all marks, dirt, smudges, scuffs, and other foreign matter from adjoining stairwell walls, up to 72 inches height from stair tread level, to provide or maintain a clean, uniform appearance. 1.2.4 Clean Floor (Walk-Off) Mats. Vacuum and/or clean interior and exterior floor mats. Mats shall be free of all visible lint, litter, debris, soil and other foreign matter. Soil and moisture underneath mats shall be removed and mats returned to their normal location. 1.2.5 Trash Collection/Removal/Sharps removal. All trash shall be removed from each area on a twice daily basis. Trash bags shall be tied up and trash put in appropriate containers for disposal. The contractor shall collect and dispose of all trash from these locations to prevent foul odors, or bags leaking or tearing leaving an infection control issue. Trash cans shall be cleaned of dirt, stains, and debris once a week. The contractor is responsible for replacement of plastic trash bags. All sharps containers shall be removed and put in a designated area to be emptied by another contractor. The containers will be placed in the basement of the main facility as designated by the COR. 1.2.6 Drinking Fountains. Drinking fountains shall be cleaned daily to be free of water marks and any other debris or encrustations. The water fountains shall be polished every day including the orifices and drain, as well as the exterior stainless-steel surfaces. Low water pressure or inoperative drinking fountains shall be reported to the COR immediately upon discovery. 1.2.7 Dusting. The contractor shall provide all dusting in their areas of responsibility. Low dusting includes surfaces within 6 feet of the floor and must be free of dust, lint, cobwebs, and litter. High dusting includes surfaces above 6 feet up to 10 feet. Surfaces could include items such as tables, shelves, bookcases, storage lockers, windowsills, handrails, pictures, clocks, window blinds, ceiling fans, Heating Ventilation and Air Conditioning (HVAC) grills, etc. 1.2.8 Windows/Interior Glass. All store fronts, including glass in doors, partitions, walls, display cases, and directory boards shall show no traces of film, dirt, smudges, water, or other foreign matter. 1.2.9 Stock Facility/Restroom Supplies. The contractor shall ensure facility and restroom supplies are sufficiently stocked so any provided supplies do not run out. Supplies shall be stored in designated areas as decided by the COR. If supplies run out prior to the next service date, the contractor shall refill within two hours of notification. 1.2.10 Bio Waste Removal. Contractor shall remove all bio waste removal (red bags) and place them in designated waste removal containers, as identified by the COR. 1.2.11 MRI Room. The MRI room located in 2D room shall receive the same cleaning requirements as all other areas (i.e. floors, surfaces, trash, etc.). 1.2.12 Counter Services. All counter services shall be wiped down and cleaned. Exceptions to this are services that appear to have employee work visible. If the service has visible work or tools/equipment, the contractor must avoid contact with any appliances that are visible. CLEANING TASKS 2.1 RESTROOMS/LOCKER ROOMS CLEANING SERVICES: 2.1.1 Clean and Disinfect/Sanitize. All surfaces of sinks, toilets, urinals, lavatories, showers, shower mats, dispensers, plumbing fixtures, mirrors, dispensers, doors, walls, stalls, stall doors, entry doors (including handle, kick plates, ventilation grates, metal guards), and other such surfaces shall be cleaned and disinfected using a germicidal solution. Restrooms shall have a clean scent or no odor at all. Showers, toilets, and urinals will be free of spots, water spots, scale buildup, soap scum, odors, and any deposits. Mirrors shall be clean and have no streaks. Partitions/stalls shall be smudge/stain free. Vents, to include ceiling vents, shall be clean. Restroom sinks, countertops, and fixtures shall be free from water and scale deposits, streaks, and other removable matter. Walls and grout shall be free of all film, spots, and detergent buildup. Restroom supplies shall be checked during cleanings and replenished as needed to maintain an adequate supply at all times. 2.1.2 Restroom Floor Care. All floor surfaces shall be maintained in accordance with paragraph 1.2.1 by effective routine cleaning. Moveable items shall be tilted or moved to sweep and damp mop underneath. Grout shall be free of dirt, scum, mildew, and residue. 2.1.3 Stock Restroom Consumable Supplies. Supplies shall be stored in designated areas. The contractor shall ensure restrooms are stocked sufficiently so any provided supplies including toilet tissue, paper towels, and hand soap do not run out. If supplies run out prior to the next service date, the contractor shall refill within two hours of notification. 2.1.4 Restroom Trash Removal. The contractor shall empty all trash containers in restrooms and locker rooms. The contractor shall dispose of all trash and clean trash containers, inside and out, and return containers to their original locations. The contractor shall provide and replace any obviously soiled or torn plastic trash can liners. Trash receptacles shall be left clean, free of foreign matter, and free of odors. 2.2 HALLWAYS, ROOMS, OFFICES, STAIRWAYS/ELEVATORS/HANDICAP LIFTS: 2.2.1 Clean. Dusting shall be accomplished in accordance with (IAW) 1.2.7; cleaning of glass shall be accomplished in IAW 1.2.8; and cleaning of stairwells and elevators shall be accomplished IAW 1.2.3 2.2.2 Floor care. The contractor shall maintain all floor surfaces by effective routine cleaning IAW paragraphs 1.2.1 and 1.2.2. The contractor shall move or tilt moveable items to sweep and damp mop underneath IAW paragraph 1.1.6. The contractor shall ensure grout is free of dirt, scum, mildew, and residue. 2.2.3 Trash removal. The contractor shall remove all trash IAW paragraph 1.2.5. 2.3.4 Laundry. All soiled linen shall be removed and placed in the soil linen room to be cleaned by facility personnel. 2.4 OTHER PERIODIC CLEANING REQUIREMENTS 2.4.1 Vinyl flooring. Shall be machine scrubbed. See Chart 2.4.2 Reserved See Chart 2.4.3 Reserved 2.4.4 Reserved 2.4.5 Spotted carpet cleaning. The contractor shall deep clean carpets as needed in order to remove embedded soil from carpet fibers. Deep cleaning shall employ an effective technique and/or method to address soil suspension, soil extraction, and drying. After deep cleaning, the carpeted area shall show an improvement in visible appearance. The contractor shall remove all cleaning solutions from baseboards, furniture, trash receptacles, chairs, and other similar items. The contractor shall move chairs, trash receptacles, and other items to clean carpets underneath and return them to their original location after the carpet has dried. 2.4.6 Clean interior and exterior at all entry ways. The contractor shall clean the interior and exterior at all entry ways as needed 2.4.7 Spot clean/wash the interior windows and vertical glass. The contractor shall spot clean/wash the interior windows and vertical glass as needed. 2.4.8 Vinyl floors stripped and waxed (wax if required). Hard floors shall be stripped, cleaned, scrubbed, polished, and waxed, as required for the appropriate surface to maintain, protect and ease normal routine floor cleanings. After schedule maintenance, floor surfaces to include grout shall have a uniform, clean appearance without streaks, swirl marks, detergent residue, or any evidence of soil, stain, film, or standing water. . 2.4.9 Carpet Maintenance. The Contractor shall steam clean all carpet once a year, and spot shampoo as needed, preferably after operating hours, to ensure carpets are completely dry for the next business day. 2.4.10 Waterless hand wash dispensers and liquid soap dispensers shall be refilled on a continuous basis during shifts as noted empty. 2.4.11 Cubicle curtain tracks and window coverings shall be kept free of loose impediments/dirt/stains and when an appearance that detracts from a clean and professional workplace exists shall be reported to the COR. 2.4.12 The contractor shall report any issue or concern that fall outside of these described services but is pertinent to the overall cleanliness of the facility, via a written comment to the COR, as soon as possible to ensure prompt attention by the government. This will enhance level of service to the facility. 3.0 EMPLOYEE REQUIREMENTS/TRAINING: 3.1 IMMUNIZATIONS. The contractor shall ensure that all Contractor and subcontractor employees assigned to perform work under this contract are free of communicable diseases, to include tuberculosis, prior to entering VA facilities. All contract employees shall have the following immunizations required by Immunizations and Chemoprophylaxis prior to an employee being allowed to perform work under this contract. The Contractor shall provide certification that all of its employees meet the above conditions. Any required immunizations will be at the Contractor s expense. Mumps Measles Rubella Tetanus Diphtheria Polio Hepatitis B Varicella Tuberculosis Skin Test Influenza 3.2 REQUIRED DOCUMENTATION. The contractor shall ensure all personnel performing work under this contract wear a nametag or other identifying apparel. Personnel performing work under this contract are required to apply for PVAHCS Contractor Identification Badges. The point of contact for processing these requests is the COR. Contractor personnel shall provide fingerprints, driver licenses, and any other necessary information. The contractor shall ensure all personnel performing work under this contract wear their ID Cards at all times in an easily visible fashion either on a lanyard or clipped to their clothing above the waist. 3.3 EMPLOYEE CONDUCT: 3.3.1 Employee Conduct. The contractor shall enforce standards of employee conduct as defined in VA Policy Memorandum No: HRMS/05-68, which is incorporated by reference herein. The contractor shall ensure personnel performing work under this contract exhibit a pleasant demeanor and courteousness at all times. PVAHCS has a zero-tolerance policy for rudeness to patients. The Government shall have the right to direct the contractor to remove, at the contractor s expense, any personnel found to be rude to VA patients or staff. 3.3.2 The contractor shall not engage in sexual harassment or discrimination on a sexual, racial, or age basis while performing work under this contract. The contractor shall ensure its employees and subcontractors do not use foul language or direct negative comments toward Veterans, patients, VA employees, or any other visitors to the facility. 3.3.3 Appearance. The contractor shall ensure personnel performing work under this contract are clean and well-kept at all times. The contractor shall enforce good hygiene practices, including a professional appearance in dress (Uniform) and hairstyle. 3.3.4 English. The contractor shall ensure all personnel performing work under this contract possess a thorough understanding of written and spoken English. Contractor personnel performing work under this contract shall make all communications regarding performance of this contract in English. 3.3.5 Weapons, Firearms, and Ammunition. Personnel performing work under this contract are prohibited from possessing weapons, to include knives, firearms, or ammunition, on themselves or within Contractor-owned or privately owned vehicles while on the PVAHCS campus. The contractor shall ensure personnel performing work under this contract comply with these restrictions. 3.4 MISCELLANEOUS REQUIREMENTS: 3.4.1 Energy Conservation Lights. The contractor and/or employees or subcontractors shall turn off unnecessary lights 3.4.2 Report Fire Hazards. The contractor and/or employees or subcontractors shall report conditions and items in need of repair to the COR or designee. 3.4.3 Lost and Found. The contractor and/or employees or subcontractors shall turn in lost and found articles to the COR 3.4.4 Suspicious Behavior. The contractor and/or employees or subcontractors shall notify the COR or Veteran Administration police services if unauthorized or suspicious persons are seen on the premises 3.4.5 Locked Rooms. The contractor shall notify the COR of any conditions that may interrupt or delay performance such as locked offices/facilities, occupied rooms, adverse weather conditions, or any other conditions. Once any delay issue has been resolved, the contractor shall start performance within 3 hours of notification of resolution. 3.4.6 After Hour Entry. The contractor shall ensure that personnel entering any facility or area after it has been secured shall enter through one door and lock the door behind them. The contractor shall ensure these facilities or areas are not left unsecured at any time, including the period when work is being performed. Upon completing work in a facility or area, the contractor shall ensure all doors and windows that were already secured upon its arrival are closed and secured upon its departure 3.4.7 Caution Signs. The Contractor shall display the appropriate caution signs when cleaning floors or any other surfaces that might pose a risk to injury for any personnel that are present. 3.5 TRAINING. 3.5.1 Site Specific Training. The Contractor shall ensure all personnel performing work under this contract complete the local Hazardous Communication, HAZMAT, and hazardous waste training. The Contractor will be briefed on PVAHCS Hazardous Material / Waste Management Plan at the pre-performance conference. The Contractor shall appoint a primary and alternate HAZMAT and Hazardous Waste monitor. Monitors are responsible for training all Contractor personnel regarding hazardous material containers maintained within PVAHCS and complete Safety Data Sheets (SDS) immediately upon receipt of new chemicals, pro...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f9aa950c1b447268d14d670fb6d519e/view)
 
Place of Performance
Address: Phoenix VA Health Care System 650 E. Indian School Rd., Phoenix 85012
Zip Code: 85012
 
Record
SN05857973-F 20201122/201120230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.