SOLICITATION NOTICE
S -- The is the Amendment of the Combined Synopsis/Solicitation W91WAW-1026-828-8000
- Notice Date
- 2/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-1026-828-8001
- Response Due
- 2/23/2009
- Archive Date
- 4/24/2009
- Point of Contact
- Richard White, 703-428-0435<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. THIS IS AMENDMENT 1 OF THE COMBINED SYNOPSIS/SOLICITATION W91WAW-1026-828-8000. PERFORMANCE WORK STATEMENT PART 1 GENERAL INFORMATION 1.1 Description of Services/Introduction: The contractor shall provide all equipment and personnel to perform janitorial services for the Department of Defense, Office of Inspector General (DOD, OIG) site located in Slidell, Louisiana. 1.2 Objectives: The OIG objective is to contractually procure janitorial services from a vendor that has been determined to have the resources to accommodate the scope and objectives of this Performance Work Statement (PWS). 1.3 Scope: The contractor shall provide any and all labor, equipment, supplies (except Government-furnished), services, permits, and license necessary to perform janitorial services for the IG Office in Slidell, LA. The contractor shall provide services to four (4) rooms totaling no more than 1800 Square Feet. The contractor shall provide adequate supervision of employees ensuring all work is accomplished in accordance with the terms and conditions of the contract. This work statement consists of completing the tasks to the standards described in Parts 5 and 7. 1.4Period of Performance (POP): Base Year March 1, 2009 through February 28, 2010 Option Year 1 March 1, 2010 through February 28, 2011 Option Year 2 March 1, 2011 through February 29, 2012 Option Year 3 March 1, 2012 through February 28, 2013 1.5 General Information 1.5.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractors quality control program is the means by which he assures himself that his work complies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in Technical Exhibit 1, Performance Requirements Summary. After acceptance of the quality control plan the contractor shall receive the contracting officers acceptance in writing of any proposed change to his QC system. 1.5.2 Quality Assurance: The Government shall evaluate the contractors performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.5.3 Government Remedies: The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items or 52.246-4, Inspection of Services-Fixed Price for contractors failure to perform satisfactory services or failure to correct non-conforming services. 1.5.4 Recognized Holidays: New Years Day Labor Day Martin Luther King Jr.s BirthdayColumbus Day Presidents Day Veterans Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.5.5 Hours of Operation: The contractor is responsible for conducting janitorial services between the after work hours Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this statement of work when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the work force are essential. 1.5.6 Type of Contract: The Government anticipates award of a Firm-Fixed Price contract. 1.5.7 Security Requirements: Must be able to pass National Security check and obtain building pass. 1.5.7.1 Physical Security: The contractor shall be responsible for safeguarding all Government property provided for contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. 1.5.7.2 Key Control: The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.5.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.5.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractors employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.5.7.3Lock Combinations: None 1.5.7.4 Conservation of Utilities: The contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 1.5.8 Special Qualifications: None 1.5.9 Post Award Conference/Periodic Progress Meetings: None 1.5.10 Contracting Officer Representative (COR): Ms. Tequilla Wheeler (703)604-2078 1.5.11 Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.5.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. PART 2 DEFINITIONS & ACRONYMS PWS: Performance Work Statement Contracting Officers Representative (COR): A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor CCE: Contracting Center of Excellence Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Work Statement. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. Quality Control. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. Quality Assurance. Those actions taken by the Government to assure services meet the requirements of the Performance Work Statement. PART 3 GOVERNMENT-FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.1 GENERAL: None 3.2Equipment: Contractor shall provide all necessary equipment to execute the required tasks. 3.3 Services: 3.3.1 Utilities: All utilities in the facility will be available for the contractors use in performance of duties outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities. 3.4 Facilities: The Government will furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 General: Except for those items specifically stated to be Government furnished in Part 3, the contractor shall furnish everything required to perform this PWS. 4.2 Secret Facility Clearance: Not required. PART 5 SPECIFIC TASKS 5.1 BASIC SERVICES. The contractor shall provide janitorial services in accordance with the following specifications at the frequencies prescribed: 5.2Trash Cans 5.2.1Empty all trash cans and replace liners 5.2.2Clean up spills and leaks when necessary. 5.2.3 Three (3) times per week 5.3Vacuum 5.3.1Full vacuum all carpeting (both high and low traffic areas). Full vacuum includes areas under desks, tables, chairs, and entry way mats. 5.3.2Three (3) times per week 5.4 Window Cleaning 5.4.1 Clean all glass windows inside (office on the 4th floor) 5.4.2 One (1) time per week 5.5Venetian blinds 5.5.1 Dust blinds to remove all residual dust and film from blinds. 5.5.2 One (1) time per month 5.6Dusting 5.6.1 8 work stations, 5.6.2 28 filing/storage cabinets 5.6.3 5 additional desk/conference tables 5.6.4 Dust all horizontal surfaces including valves and fittings, partitions, and shelves. 5.6.5 Dust high and low areas, including light fixtures, corners, and wall vent covers. 5.6.6 Three (3) times per week 5.7High dusting 5.7.1 Dust four (4) tall storage cabinets 5.7.2 No ladder required 5.7.3 One (1) time per month PART 6 APPLICABLE PUBLICATIONS 6.1 Publications applicable to this PWS are listed below. 6.1.1None PART 7 PERFORMANCE REQUIREMENTS SUMMARY (PRS) Required Services Performance StandardsMonitoring MethodPerformance Standards & AQL & Incentives --3x per week, 1x per day Task 5.2, 5.3, 5.6 Task 5.4 1x per weekTrash Cans Vacuum Window Cleaning DustingAll daily services will be subject to visual checks by the COR. Random Sampling of Check Lists turned in. Customer Complaints: All complaints will be substantiated for validity. Poor performance will result in more stringent and additional inspectionsAll required services are performed and no more than two (2) customer complaints are received and substantiated by the COR per calendar month. 95% AQL Full payment will be received for acceptable work. Rework of unacceptable work will be permitted if the schedule allows for this. If the unacceptable work is not reworked, a deduction will be made. Incentives/Disincentives: + Full payment for acceptable work + Less stringent inspections for good performance + Good evaluation for good performance - Rework of unacceptable work - Additional inspection for poor performance - Deduction of payment percent for service -poor evaluation on poor performance. Monthly Cleaning Task, 5.5, 5.7Dust all Venetian blinds High Dusting All daily services will be subject to visual checks by the COR. Random Sampling of Check Lists turned in. Customer Complaints: All complaints will be substantiated for validity. Poor performance will result in more stringent and additional inspectionsAll required services are performed and no more than two (2) customer complaints are received and substantiated by the COR per calendar month. 95% AQL Full payment will be received for acceptable work. Rework of unacceptable work will be permitted if the schedule allows for this. If the unacceptable work is not reworked, a deduction will be made. Incentives/Disincentives: + Full payment for acceptable work + Less stringent inspections for good performance + Good evaluation for good performance - Rework of unacceptable work - Additional inspection for poor performance - Deduction of payment percent for service -poor evaluation on poor performance.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=35fc2baa95d4557191c766ef7400c21a&tab=core&_cview=1)
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
- Zip Code: 20310-5200<br />
- Zip Code: 20310-5200<br />
- Record
- SN01749579-W 20090214/090212215855-35fc2baa95d4557191c766ef7400c21a (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 |