Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2011 FBO #3528
DOCUMENT

S -- Janitorial Services Mpls Vet Center 2 - Attachment

Notice Date
7/21/2011
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Justin Rose;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26311RQ0485
 
Response Due
8/9/2011
 
Archive Date
9/8/2011
 
Point of Contact
Justin Rose
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
SCOPE OF WORK The US Department of Veterans Affairs Health Care System Minneapolis, hereinafter referred to as Vets Center located at 7001 78th Ave N, Suite 300, Brooklyn Park, MN 55445, intends to issue a contract for janitorial services. Contractor shall provide all labor, supplies, equipment, uniforms, supervision, and training in accordance with the attached schedule of items and statement of work. STATEMENT OF WORK The Vets Center will be serviced according to the following schedule. When scheduled service falls on a legal holiday, work will be performed on the following business day. LEGAL HOLIDAYS National Holidays: The ten (10) holidays observed by the Federal Government, are New Year's Day, Presidents Day, Martin Luther King's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas, or any other day specifically declared by the President of the United States to be a national holiday. SERVICES ARE TO BE PROVIDED IN ACCORDANCE WITH THE FOLLOWING WORK SCHEDULE WITH PERFORMANCE FREQUENCY NOT LESS THAN STATED At a minimum, quarterly site visits by Contractor management are mandatory to monitor its employees' work performance. Such visits will be coordinated with Vets Center administrative personnel and the Contracting Office. Contractor's working time frame is between 8:30 a.m. to 11:30 a.m. Contractor's employees are not allowed in the Vets Center after hours, unless approved by VA staff and the Contracting Office. After hours work for major carpet shampooing, floor waxing, etc., shall be every six (6) months and arranged with / approved by VA administrative staff and the Contracting Office. Janitorial services are required three (3) days per week: Mondays, Wednesdays and Fridays. Contractor shall ensure that their personnel are capable employees, trained and qualified in janitorial type work. Employee training shall include all applicable Occupational Safety and Health Act (OSHA) and other related standards. WORK SCHEDULE A.SERVICES TO BE PERFORMED MONDAYS, WEDNESDAYS, and FRIDAYS i.Waste Disposal: Empty all trash receptacles, place at collection point, and replace trash can liners when soiled; ii.Carpet Cleaning: The full rug area is to be vacuumed to remove all dirt, dust and litter; iii.Window Cleaning: All window glass, glass deflectors, clear and opaque glass in partitions and doors shall be washed; iv.Damp-wipe tables, counters, and chairs using disinfectant; v.Clean and disinfect Break Room counters, sinks, and exterior of refrigerator; vi.Clean interior and exterior of microwave oven; vii.Clean glass on appliances; viii.Wet/Dry Mop: The full floor area is dust-mopped, with a treated dust mop, to remove all dirt, dusts and litter. Exposed floor areas in partially carpeted offices are to be dust-mopped on the same schedule. Dust-mop full floor area of any storage space with a treated dust mop. Wet mop as necessary to maintain floor cleanliness. B.SERVICES TO BE PERFORMED WEEKLY: i.Stains shall be removed from all carpets in the buildings; ii.The inside and outside surfaces of all wastebaskets shall be washed or damp-wiped as necessary to keep them in clean condition; and iii.Spot clean walls and doors to remove marks. iv.Dust all horizontal ledges (floor to six feet in height), file cabinets, window sills, shelving, partitions, picture frames, chair bases, and all manner of furnishings (provided area is clear of clutter or personal items.) C.SERVICES TO BE PERFORMED MONTHLY: i.Vacuum along edges, in corners, and around furniture using hand held vacuum or vacuum with edge attachment; ii.Vacuum chair upholstery; iii.Clean and sanitize telephone handset mouth and earpieces in all rooms; iv.Descale Break Room sink; v.Clean blinds; vi.High dust above six (6) feet height all horizontal surfaces including shelves, moldings and ledges; vii.Wall Cleaning: Wall surfaces within approximately 70" of the floor, vertical surfaces and under surfaces (knee wells, etc.) shall be dusted; and viii.Dust Wall Covers (Pictures): Low dust all horizontal surfaces to 70" including picture frames, ducts, radiators, etc. D.SERVICES TO BE PERFORMED QUARTERLY: i.Clean light fixtures; ii.Clean both sides of windows; iii.Spot clean chair upholstery; and iv.Clean ceiling vents and cold air returns. E. SERVICES TO BE PERFORMED SEMI-ANNUALY: i.Shampoo Carpet: All carpets in offices, reception area, conference rooms, and storage areas. ii.Shampoo upholstery: All upholstered chairs in offices, conference rooms, and in reception area. PRICE QUOTED IN THE SCHEDULE OF ITEMS IS TO INCLUDE: ALL LABOR, EQUIPMENT, AND SUPPLIES TO ACCOMPLISH THE WORK AS SPECIFIED. ALL EQUIPMENT, UNIFORMS, ITEMS, UNIFORMS, AND CLEANING SUPPLIES WILL BE STORED OFF SITE AT NO EXPENSE TO THE DEPARTMENT OF VETERANS AFFAIRS. Tasks not included in this agreement include desk cleaning, watering plants, removal of infectious/hazardous waste, and bathroom areas. Also, vendor is not responsible for any tasks in the following rooms: 102, 106, 112, and 115. Cleaning services are to be provided as stated above. Changes in cleaning schedule are subject to the approval of the Contracting Officer. ENVIRONMENTALLY PREFERABLE PRODUCTS AND SERVICES (buy recycled) All non-chemical products proposed for use under this contract must conform to the Environmental Protection Agency (EPA) Comprehensive Procurement Guidelines (CPG) if the products are EPA-designated items. It is desirable for products that meet the desired objective (e.g. ability to clean effectively) and are not CPG-designated items also contain the highest possible amounts (by percentage) of recovered material(s) and post-consumer content. UNIFORMS Uniforms shall be worn by all Contractor employees while on VA property and provided by the Contractor. At a minimum, uniforms shall include the Contractor's name. CONTRACTOR MANAGER / SUPERVISOR The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person, and alternate(s), who shall act for the contractor when the manager is absent, shall be designated in writing to the Contracting Officer and COTR prior to contract start date. The contract manager and alternate(s) shall be able to read, write, speak, and understand English sufficiently to understand and convey information to the Government's COTR and Contracting Officer for proper action and correction of deficiencies, if necessary. The contract manager, or designated alternate(s), must be available for verbal communication with the COTR and Contracting Office during duty hours. The contract manager and alternate(s) must provide telephone, cell, or pager numbers where they can be reached during normal duty hours. Either the contract manager or the alternate(s) must respond in person or telephonically within thirty (30) minutes after being contacted. The contract manager shall ensure that alcoholic beverages and/or drugs are not brought into or consumed on the Government's facility. The contract manager shall instruct its employees to promptly report hazardous conditions as well as items needing repair. These conditions shall be reported to the COTR on the same day as they are observed. BACKGROUND INVESTIGATIONS / SECURITY REQUIREMENTS Contractor employees will be required to submit electronic finger prints and will be subject to a background investigation. If the Contracting Officer or his designee receives disqualifying information on a contractor employee as a result of a background investigation, he shall direct the Contractor not to allow the employee to perform any work under the terms of the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RQ0485/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RQ-0485 VA-263-11-RQ-0485_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=221779&FileName=VA-263-11-RQ-0485-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=221779&FileName=VA-263-11-RQ-0485-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Minneapolis Vet Center;7001 78th Ave N, Suite 300;Brooklyn Park, MN
Zip Code: 55445
 
Record
SN02506056-W 20110723/110721234959-72b4b33a252f35b2bbafb9bffe3e7238 (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.