SOLICITATION NOTICE
S -- Janitorial Contract, Perry Project Office, Perry, KS
- Notice Date
- 1/17/2006
- Notice Type
- Solicitation Notice
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-06-R-0013
- Response Due
- 1/27/2006
- Archive Date
- 3/28/2006
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor must be CCR and ORCA certified. Contractor must hold an operating business office within 50 miles of where the service will be performed for the lifetime of the contract. STATEMENT OF WORK JANITORIAL SERVICES PERRY LAKE PROJECT 1. SCOPE OF CONTENT: a. The services furnished under this contract shall consist of a pre-work conference, and furnishing labor, material and equipment, to maintain the facilities listed below at the Perry Lake Project, near Perry, Kansas, in clean and orderly conditions in ac cordance with general commercial practices. b. Services shall be performed in the facilities listed below, subject to the level of quality as established in the terms of performance: (1) Administration Building Approximately 24 X 90 (2) Maintenance Shop , Lunch Room/Restroom Approximately 16 X 24 (3) Annex Approximately 24 X 40 2. ADDITIONAL REQUIREMENT: a. The contractor shall have a working business office within 50 miles of service location throughout the term of the contract. b. The following additional services shall be performed: A. Cleanup of two Kitchenette(s) B. Dusting of Electronic Equipment 3. PRE-WORK CONFERENCE: a. After award, but prior to commencement of work, the Contractor shall contact the Operations Project Manager to arrange a mutually agreeable time to meet at the Project Office. The purpose of this meeting will be to develop a mutual understanding of the details of the work to be performed. 4. DOCUMENTS AND CORRESPONDENCE: a. After award, all documents and related correspondence shall be routed through the Contracting Officers Representative at the Project Office. 5. WORKMANSHIP: a. Public buildings often form the visitors first impression of the Corps of Engineers, and janitorial services will be inspected against a very rigid standard. Precise description is difficult, but contractors may associate this work with military sp it and polish, where very few defects will be permitted. This standard will be required in the Administration Building, Maintenance Building, and Annex. b. The Contractor shall designate, in writing, a responsible member of each work crew who shall serve as the contact for matters involving qua lity and performance or nonperformance of the required work assigned to that crew. The employee(s) designated in accordance with the above requirement shall be qualified and fully competent with full authority to act for, and on behalf of, the Contracto r as necessary to insure that the required work is performed in strict accordance with the specifications and standards contained herein. The Contractor shall furnish the above written designation to the Contracting Officers Representative at the project no later than the first day of work. 1. c. The designation shall include the name(s), address (es), and telephone number (s) of the responsible individual(s). The Contracting Officer reserves the right to disapprove any individual whom he considers to be incompetent to perform the work required. Such disapprovals will be given to the Contractor by written notice, and the Contracting Officers decision shall represent a final decision. d. All contractor personnel shall be fully clothed, at all times, while performing these services. Fully clothed shall be deemed to mean that a shirt (T-shirt), trousers and shoes shall be worn at all times. Clothing shall be clean and neat in appearance. e. Contractor personnel shall utilize tact, diplomacy, and courtesy at all times during contact with the public. f. To assist the visiting public in reclaiming lost articles, all property left by visitors and found during cleanup operation shall be turned in to the Project Office. g. Any evidence of vandalism, instances of facilities not operating properly, or facilities in need of repair shall be reported to the Project personnel. 6. PERFORMANCE: a. Building and fixtures, baseboards, door trim, furniture, etc., shall not be scratched or disfigured by tools utilized in cleaning. Furniture and other items moved during cleaning shall be returned to their proper locations. Upon completion, rooms shall appear orderly and well cared for. b. Care shall be taken to insure that no staining of floors, baseboards, walls, furniture or woodwork results from water or chemicals used in performance of services. c. Janitorial service is directly related to public health and sanitation; therefore, it is essential that all facilities be serviced as specified. In the event that an area or items within a facility are missed or are not properly cleaned, the Contractor agrees to return and re-clean the area or affected items immediately upon receipt of such notice from the Contracting Officer or his authorized representative. d. If it becomes apparent to the Government during the Contractors performance that the required services are unsatisfactory or may not be completed within the time required herein, the Contracting Officer may require that the Contractor provide additional labor at no additional cost to the Government. Such direction will be issued to insure that required services will be satisfactorily completed within the time frame specified. e. The Contractor shall establish a work schedule within the times set forth in , DELIVERIES OF PERFORMANCE, indicates the hours during which services will be performed on a regular basis. The schedule shall be submitted in writing to the Operations Project Manager for his approval no later than the first day of work. Changes in the approved schedule shall be submitted for approval of the Operations Project Manager prior to implementing the change. 2. 7. DUTIES: a. The following listed duties shall be performed as indicated in the Frequency column. The following legend will be used to indicate the frequency of services to be performed. (See DELIVERIES OR PERFORMANCE, for detail.) a. FLOOR CLEANING FREQUENCY (1) Carpet, approx. 1875 sq. feet. (Admin Bldg. & Maintenance Lunchroom) (a) Vacuum and remove spots Daily (2) Ceramic tile, approx. 210 sq. feet. (Admin restrooms front & back entries) (a) Sweep, damp mop and/or buff to maintain a clean and well cared for appearance. Floor cleaner must NOT contain oil. Daily (3) Concrete floors, approx. 1,023 sq. feet. (Annex floor & Annex restroom; Maint restroom) (a) Sweep, remove dirt, and debris Daily b. FURNITURE (includes displays, cabinets, shelves, etc.) (1) Fabric Chairs (a) Vacuum upholstery and dust exposed frame Monthly (2) Vinyl, Leather (a) Wash vinyl, leather upholstery with wet or damp cloth using cleaners and vinyl preservatives as may be appropriate. Wash exposed frame and apply wax or preservatives as may be appropriate for the type of frame Monthly (3) Wooden (a) Dust with dry cloth Daily c. WINDOW ACCESSORIES (Shades and blinds) 7 sets (1) Dust, vacuum Monthly 3. d. GLASS CLEANING: (1) Both sides of interior door glass, display cases, etc. and inside surface of exterior doors and windows approx. 664 sq. feet. Daily (2) Exterior windows and doors (when temperature is above freezing) Approx. 478 sq. feet. Include both sides of storm windows and doors And exterior surface of all exterior windows and doors Quarterly e. DOORS, DOOR FRAMES, WINDOW FRAMES, AND WALL CLEANING Painted, papered, tiled, and fabric covered walls (1) Spot clean, wipe down, dust or vacuum according to surface type Weekly (3) Spot clean, wash down with damp cloth or scrub brush and cleanser, vacuum and shampoo, etc. Apply wax, or other surface preservatives, as appropriate for the type of surface, as directed by the Operations Project Manager. Monthly f. LIGHT FIXTURES (55 Total) (1) Dust , wipe, etc. to remove dust and cobwebs Weekly (2) Take down grillwork, shades, etc. Wash, wipe, dust or vacuum to thoroughly clean Quarterly g. SINKS, COUNTER TOPS AND APPLIANCES (1) Sinks and countertops shall be scrubbed clean and appliances wiped down Daily b. WASTE REMOVAL (1) Waste baskets shall be emptied and wiped clean and plastic liner replaced Daily c. WATER FOUNTAINS AND RESTROOM FIXTURES (1) Water fountains, lavatories, stools, urinals, partitions, mirrors, chrome fixtures, etc., shall be scrubbed clean, dried, and shiny surfaces buffed with a soft cloth to restore sheen Daily d. CEILINGS (1) Check ceilings and clean as needed to remove spots, dust and cobwebs Daily 4. e. MISCELLANEOUS (1) Toilet tissue, paper towels, soap and deodorant blocks shall be Daily replenished as needed. (2) All refuse and debris collected during performance of services shall Daily be deposited in a Government furnished trash receptacle, as directed by the Project Manager. (3) As each item of the work is accomplished, the Contractors Daily representative at the job, or his employee (s) performing the work, shall complete that portion of the Contractors Daily Worksheet indicating the time the task was completed. Completed worksheets shall be signed and delivered each day as services are performed, as directed by the Contracting Officer or his authorized representative. (4) Ash Trays shall be emptied and cleaned. Daily NOTE: All quantities are estimated. The Contractor shall be responsible for determining exact quantities and conditions affecting performance of this work. 8. WORK STANDARDS, ADDITIONAL REQUIREMENTS, Perry Project Office NOTE: All applicable provisions of the foregoing work standard shall apply to this contract. In addition, the following additional requirements shall be applicable: 1. In reference to paragraph 2a, additional cleaning in the kitchenettes are required. Interior surfaces of the refrigerators and the stove shall be cleaned quarterly as directed by the Operations Project Manager. The two microwaves shall be cleaned on the inside and outside daily. 2. In reference to paragraph 2b, all electronic equipment (i.e., computers, radios, calculators, telephones, etc.) shall be dusted with a dry cloth on a daily basis. No cleaning agents shall be used on electronic equipment. 9. DELIVERIES OF PERFORMANCE A. EFFECTIVE DATE OF THIS INSTRUMENT: a. This Contract shall be effective on 1 October (or date of award, if later) and shall remain in full force and effect through 30 September. b. Effective dates for full year renewal options (if included and exercised) shall be from 1 October through 30 September of the following year. 10. PERIOD OF REQUIRED SERVICES: a. Services shall be performed in accordance with the schedules shown below, for the service period of 1 October through 30 September between the hours of 6 p.m. and 6 a.m. b. All cleaning services shall be performed any time between 6 p.m. and 6 a.m. except as otherwise provided for herein, at such times and in such manner as to not interfere with the office operations, as directed by the Project Manager. c. Services shall be performed as follows: 5. 1. DAILY DUTIES: Two times per week, on Monday and Thursday. If a Federal holiday falls on a Monday or Thursday, another day for cleaning will be provided by the contractor. 2. ONCE WEEKLY DUTIES: One time per week, during first or second cleanup. 3. BIWEEKLY DUTIES: Second and Fourth weeks of each month. 4. MONTHLY DUTIES: Once during the first week of each month. 5. QUARTERLY DUTIES: Once during the first month of each quarter. All work shall be accomplished within the timeframes specified above. Services rendered outside of the time periods specified will not be compensated unless specifically approved in writing by the Contracting Officer or his authorized representative. 11. GOVERNMENT FURNISHED EQUIPMENT, MATERIALS AND SUPPLIES: a. The Government will furnish to the Contractor, keys to be used in performing the contract. When the keys are delivered, the Contractor shall verify the quantity in writing to the Contracting Officer or his authorized representative on Memorandum Receip t ENG Form 4900, within 48 hours of receipt. b. The following consumable items, exempt from accounting procedures will be furnished to the Contractor by the Government to be used for this contract. (1) Toilet Tissue (2) Paper towels (3) Plastic liners for trash cans (4) Water for cleaning (5) Contractors Daily Worksheets . 12. CONTRACTOR FURNISHED EQUIPMENT AND SUPPLIES: a. All manpower necessary to accomplish the requirements of this contract as specified herein. b. The Contractor shall furnish to the Operations Project Manager, a telephone number attended during normal business hours ( 7:30am to 4:00pm) CST, to which calls concerning the services, performance, or other contractual matters can be placed. c. For the purpose of time and date, a message will be deemed delivered to the Contractor, at such time as it is delivered to the number provided by the Contractor. d. Brooms, vacuums, mops, brushes, squeegees, buckets, and all other equipment and supplies e. Cleansers, disinfectants and soaps 13. REQUIRED INSURANCE: a. The Contractor is responsible for maintaining, at a minimum, the following prescribed amounts of Insurance. Workmans Compensation In accordance with applicable State Statute Employers Liability Minimum amount $100,000 General Liability/ Bodily Injury Minimum amount $500,000/ occurrence Automobile Liability Minimum amounts $200,000/person $500,000/occurrence $ 20,000/occurrence (property) 6. 14. REQUIRED BONDING. The Contractor will be required to provide the Government with a surety bond in the amount of $5,000.00 in accordance with FAR 28.201. This bond must be delivered at the time of the post award conference, with the Corps of Engineers named as the recipient. 15. PAYMENT. a. PAYMENT WILL NOT BE MADE FOR WORK NOT PERFORMED AS SPECIFIED. b. Invoice. Payment will be made, monthly, by the Disbursing Officer, U.S. Army Engineer District, Millington, Tenn., in accordance with the Prompt Payment Act (Public Law 100-496). Under the terms of this contract, invoices are to be submitted monthly to the U.S. Army Corps of Engineers, Perry Project Office, 10419 Perry Park Drive, Perry, Kansas 66073-9717. 16. EQUIPMENT BREAKDOWN. a. Equipment breakdown shall not relieve the Contractor of the responsibility of performing the work as specified. It shall be the responsibility of the Contractor to assure that he has, or can obtain on short notice, sufficient backup equipment to continue the services as specified without interruption in the event of mechanical failure of his primary equipment.
- Place of Performance
- Address: US Army Engineer District, Kansas City, Perry Project Office 10419 Perry Park Drive Perry KS
- Zip Code: 66073
- Country: US
- Zip Code: 66073
- Record
- SN00967631-W 20060119/060117220825 (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 |