DOCUMENT
S -- Kingman Janitorial - Attachment
- Notice Date
- 9/9/2011
- Notice Type
- Attachment
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Veterans Affairs;VISN18/SAO-West NCA;4135 South Power Road, Suite 103;Mesa, AZ 85212
- ZIP Code
- 85212
- Solicitation Number
- VA25811RP0849
- Response Due
- 9/16/2011
- Archive Date
- 11/15/2011
- Point of Contact
- Jason Narmi
- E-Mail Address
-
narmi@va.gov<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 solicitation is issued as a Request for Proposal (VA-258-11-RP-0849). The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 2005-53. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 561720, Janitorial Services. The Small Business Administration (SBA) size standard for NAICS code 334510 is $16.5 million. This RFP is being issued as a small business set-aside. SUBMITTAL INSTRUCTIONS Offers are due by September 16, 2011, 2:00 PM Pacific Standard Time (PST). Offers are to be submitted in writing by email to jason.narmi@va.gov, or sent to VISN18/SAO-West NCA, 4135 South Power Road, Suite 103, Mesa, AZ 85212. Questions must be submitted in writing by September 13, 2011, 10:00 AM PST. STATEMENT OF WORK JANITORIAL SERVICES A.General Contractor agrees to provide all labor, supervision, equipment, materials, tools, supplies, and paper products to perform janitorial in accordance with the specifications described herein at the following two Community Based Outpatient Clinics (CBOC's): Kingman (CBOC) VA Outpatient Clinic 1726 E Beverly Ave Kingman, AZ 86409 9,745 sq ft The period of performance shall be from the October 1, 2011 or date of award to September 30, 2012 with four additional 3 month options. B.WORK HOURS: Normal Work Hours: Clinic hours are Monday thru Friday from 0730 to 1700 hrs Local Time. C.National Holidays: The ten holidays observed by the Federal Government are: "New Years Day - 1 Jan "Martin Luther King's Birthday - 3rd Mon in Jan "President's Day - 3rd Mon in Feb "Memorial Day - Last Mon in May "Independence Day - 4 Jul "Labor Day - 1st Mon in Sep "Columbus Day - 2nd Mon in Oct "Veteran's Day - 11 Nov "Thanksgiving Day - 4th Thu in Nov "Christmas Day - 25 Dec "Any other day specifically declared by the President of the United States to be a national holiday. D.SPECIFICATIONS: D.1 Schedule of Services Daily and Weekly cleaning of outpatient clinics will be performed between 5:00PM and 10:00 PM, Monday through Friday (except for Federal Holidays). NAVAHCS Facilities Management, Environmental Management Section shall approve all cleaning and maintenance agents (soaps, detergents, cleaning, polishes, finishers, disinfectants, etc.) A list of cleaning and maintenance agents, along with their MSDS Sheets, shall be submitted for approval within 5 days of award of the contract. Any substitutions occurring after the initial approval shall also be submitted and approved prior to use. For complaint with medical-grade cleaning, some items may have certain germicidal specification Daily Services shall include: "Clean sinks, toilets and fixtures "Sweep hard surfaces "Vacuum carpeted area "Wet-mop floors "Dust furniture and equipment "Empty all (non-hazardous material) wastebaskets "Clean and fill soap, toilet paper, and paper towel dispensers "Provide paper towel and toilet paper supplies "Weekly Services shall include: "Spot wash walls, doors, woodwork and partitions "Dust ledges, windowsills, woodwork, window blinds, light fixtures, air conditioning/heating vents and other areas where dust may collect. "Clean all mirrors and other glass areas (excludes windows) Monthly Services shall include: "Clean / dust window blinds "Burnish all tile floors "Building Security. This contract does not involve VA Sensitive Information and the certification and accreditation (C&A) requirements do not apply per the VHA Handbook 6500.6, Appendix A. D.2 Keys 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 and 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 key to the Contracting Officer's Technical Representative (COTR) or his/her designee. Contractor employees shall not allow any unauthorized person the use of any key in their possession. They shall 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. Contractor personnel shall turn off all lights in unoccupied areas after cleaning is performed. Ensure areas are secured and windows are closed and locked, the COTR or designee shall be notified of any unlocked doors or windows during his/her duty hours. D.3 Safety The contractor shall display warning signs that have been approved by the COTR in all areas where housekeeping operations may cause traffic obstruction or personnel hazard. The cleaning of lobbies and corridors resulting in a temporary wet or slippery floor surface shall be accomplished so that 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 must comply with all Life Safety Regulations. D.4 Handling/Cleaning of VA Furniture/Equipment. (Make sure all functions performed at the location are included such as radiology, LAB etc.) "Equipment that is plugged in for recharging shall not be unplugged. "Podiatry tables and equipment (except console), wheelchairs, gurneys, and examination tables and all other furniture and equipment shall be cleaned in accordance with approved infection control practices. The contractor shall be responsible for moving and returning the furniture when cleaning it or behind it. "All tasks accomplished by the contractor personnel shall be done so as to preclude damage or disfigurement of furniture and building structure. The contractor shall correct any damage caused by his/her employees to any part of the building or equipment or any area covered by this contract. D.5 Cleaning Standards: a. Floor Maintenance: In all areas of the clinic, cleaning shall be done with mechanical vacuuming equipment, treated yarn mops, or push brushes covered with impregnated dusting cloths. Cleaning shall be done in such a manner that no dust is raised. Floors shall be cleaned so that no dust or streaks remain on floors, in comers, behind doors or under furniture and equipment. (1) Tile or Linoleum floors: "Mopping: All black marks, tar, stains, gum, etc., shall be removed daily. Hosing of floors shall not be permitted. Hard to reach places shall be mopped by hand. Movable fixtures (excludes any modular-type furniture/fixtures), furniture and equipment, including desks, chairs, tables, trash receptacles, business machines on rollers, etc., shall be moved, as required, during the dusting and wet mopping operations "Spot Mopping Standard: All spot mopping shall be done with a germicidal/detergent solution. Procedure for mixing of the proper amount of germicidal/detergent solution will be in accordance with the manufacturer's instructions. "Wet Mopping Standards: All wet mopping solutions shall be germicidal in content. Mopping solution shall be used in accordance with manufacturer's directions. Floors shall be free from soap film and mop streaks. Water seepage under baseboards, bumping baseboards and corners of furniture, and splashing water on baseboards or furniture shall not be permitted. Refinishing/Buffing/Burnishing/Scrubbing/Stripping/Sealing: "Refinishing Standard: Finish shall be applied to a clean floor. Floors shall be cleaned removing all black rubber marks, furniture marks, tar, stains, gum, etc., prior to refinishing and buffing No heavy accumulation of floor finish around walls, under furniture, pipes or fixtures or in corners shall be permitted. All tile and linoleum floors shall be finished. All floor finish must be approved, and anti-slip. Movable fixtures, furniture and equipment, including desks, chairs, tables, trash receptacles, business machines on rollers, etc., shall be moved during the refinishing and buffing operations and then replaced. "Buffing Standard: All finished floors shall be buffed to hard-luster finish with a disc-type machine. Floors shall be swept/vacuum cleaned and wet mopped before buffing and dust mopped after buffing. "Burnishing Standard: Floors shall be burnished with a high speed, pad holding floor machine. Machine speed shall be between 1500 RPM to 2500 RPM. The pad shall be adjustable so as not to burn the floor. Prior to burnishing, the floor shall be wet mopped in order to remove debris. After burnishing is completed, floor shall be dust mopped. "Scrubbing Standards: All floors shall be scrubbed with a disc-type floor machine with scrubbing brush or pad. Hard-to-reach places shall be scrubbed by hand. Floors shall be rinsed with clean water and dried. Floors shall have all wax, furniture marks, black marks, tar, gum, rust and other like substances removed. Hosing of floors shall not be permitted. "Stripping Standard: Floors shall be stripped of all accumulated waxes and finishes, and thoroughly rinsed. Strippers containing acids, ammonia, or other harsh solvents shall not be used. If floors are discolored or spotting is apparent after initial stripping is completed, additional stripping shall be required until a uniform color appearance is obtained. "Sealing Standard: All resilient floor coverings shall be uniformly sealed with two thin coats of a sealer. (2) Carpet Floors "Vacuuming Machine: Except for areas indicated, vacuum cleaners shall be used for cleaning inside the building. Filters, accessories and the cleaners shall be maintained in the manner recommended by the manufacturer to assure maximum effectiveness in reducing the introduction of dust and microbes into the air. Vacuuming of floors shall be accomplished with a vacuum cleaner of industrial grade and operational to that standard. "Vacuuming Standards: After being vacuumed, carpeted areas shall be free of all visible litter and soil. Any spots shall be removed as soon as noticed. All tears, burns, and raveling shall be brought to the attention of the COTR. Chairs, trash receptacles and easily moveable items shall be moved to vacuum underneath and returned to their initial location. "Spot Cleaning: Spot cleaning of carpet is defined as the cleaning or shampooing of certain areas necessitated by heavy traffic patterns, accumulation of soil or spills of certain materials. Excess liquid or solid residue shall be removed with appropriate materials, and in large areas a wet pick-up vacuum shall be used if necessary "Shampooing: All carpets shall be shampooed with a commercial carpet cleaner. "Dusting. Dust cloths and other dusting tools shall be clean. Dusting shall be accomplished by use of chemically treated cloth or paper products to avoid scattering of dust. Oil treatment is not permitted. Surfaces shall be free from dust after dusting is completed. The use of feather dusters and brushes is not permitted. All low dusting shall be done after the floors have been vacuumed or swept and the dust has settled. Wall and ceiling surfaces shall be vacuum cleaned with a soft brush nozzle attachment. D.6 Additional Cleaning A.Light Fixtures: Exposed light fixtures shall be washed with a sponge or clean cloth, dampened in a mild disinfectant solution and wiped dry with a clean cloth. The covers of incandescent and recessed lights shall be washed/dusted inside and outside. All insects and other foreign materials shall be removed. Every precaution shall be taken to assure that the glass and tubes are properly and securely replaced. B.Window Blinds: All smooth surface blinds shall be washed in place using soft, clean cloth dampened in a mild, neutral soap and water solution, rinses and wiped dry with a clean cloth. A germicidal/detergent disinfectant solution shall be used with each cleaning. Care shall be taken to avoid getting cords or tapes wet. All blind slats shall be left clean and free from streaks or smears or unwashed places. Cloth covered blinds shall be cleaned according to the manufacturer's instructions. C.Interior/Exterior Window Cleaning: Cleaning solutions shall be of a type that shall not injure the frames or closing fixtures. A germicidal/detergent disinfectant solution shall be used with each cleaning. Cleaned windows shall be free of streaks or unwashed places on glass. No water shall be spilled on sill, walls, furniture or equipment. Any blinds, furniture or office equipment moved in the washing process shall be repositioned and the windows and screens shall be secured by latches as found before the washing started. Hosing of windows will not be permitted. Glass panels in doors, display cases and mirrors shall be cleaned using a free-rinsing detergent to present a neat, clear appearance at all times. Adjacent trim shall be wiped clean using damp wiping procedures. D.Fixture Cleaning. Every sink, commode, and urinal shall be properly cleaned and kept free of odors. All fixtures shall be cleaned using a free-rinsing detergent to present a neat, clear appearance at all times. E.Bathroom Supplies: Soap, toilet paper, and paper towels shall be refilled daily. Spare toilet paper and paper towels will be available onsite. F.Wall Washing: Washing solution with germicidal content shall be no stronger than necessary to remove dirt. Only small areas shall be washed, rinsed and dried at one time. No water shall be spilled or splashed on windows, furniture, or equipment. All furniture and equipment moved in the process shall be repositioned upon completion. D.7 Trash Removal "Collected trash shall be promptly removed from the VA clinic and placed in exterior refuse containers. Filled trash carts shall not stand in hallways, rooms or on ramps. All trash containers shall contain a clean plastic bag insert. Trash carts, wastebaskets, disposal cans and other trash containers shall be emptied and thoroughly cleaned and wiped dry. The Hazardous Material trash containers are not the responsibility of the Contractor E. QUALITY REQUIREMENTS "The Government shall appoint a Contracting Officer's Technical Representative (COTR) for coordinating the day-to-day activities of this contract. The COTR will also be responsible for inspection and acceptance of the work performed under this contract. The Contractor shall take immediate action to correct deficiencies. If the Contractor does not take immediate steps to correct deficiencies, the COTR shall report the facts of the event to the Contracting Officer. The Contracting Officer reserves the right to take any appropriate action authorized by law to resolve the issue or to terminate the contract for default. Only the Contracting Officer has the authority to make changes to the specifications, price, terms and conditions of the contract. No service should be performed or action taken by the Contractor that is outside of the scope of this contract unless directed solely by the Contracting Officer and/or a written modification to the contract. F. CONTRACTOR'S REQUIREMENTS: "Contractor shall have been in business for a minimum of three years and must provide documentation reflecting their performance in providing similar medical-grade janitorial services. Also, the Contractor must maintain and provide proof of current Workman's Compensation insurance and liability insurance policies in sufficient amounts for the size of the company and scope of this contract. G. WORK REQUIREMENTS: The Contractor is prohibited from employing any illegal aliens to perform services under this contract. H. LANGUAGE SKILLS a.All employees and representatives of the Contractor must be fluent enough in the English language to read and understand chemical labels/signs and to converse intelligibly with the COTR. I. ACCESS LIMITATION: a.Only authorized Contractor employees are allowed inside the VA clinic. Contractor employees are not to be accompanied in the work area by acquaintances, family members, assistants, or any other person unless said person is an authorized Contractor employee. b.SUSPICIOUS EVENT: In case of any suspicious or emergency event occurring at either VA Outpatient Clinic, the Contractor shall immediately release the employee records to the appropriate law enforcement authority. J. QUALITY ASSURANCE a.The Government will monitor the Contractor's performance under this contract utilizing customer complaints, re-performance requirements and random quality assurance inspections. b.The contractor shall have no more than two (2) complaints per month. If more than two (2) complaints are received per month, the Government may terminate following the procedures identified in FAR 52.212-4(m). Performance IndicatorPerformance StandardResolutionMethod of Surveillance Complaints of areas supportedContractor shall maintain area in accordance with contract specificationsComplaints resolved next business days. No repeated items identifiedCustomer complaints Potential contractors must be registered and current in the Central Contractor Registry (CCR) to be eligible for award. The CCR web site is http://www.ccr.gov. PRICE / COST SCHEDULE ItemDescriptionQtyUnit PriceTotal CLIN 0001Janitorial Services12 Mo October 1, 2011 - September 30, 2012 CLIN 1001Janitorial Services3 Mo October 1, 2012 - December 31, 2012 CLIN 2001Janitorial Services3 Mo January 1, 2013 - March 31, 2013 CLIN 3001Janitorial Services3 Mo April 1, 2013 - June 30, 2013 CLIN 4001Janitorial Services3 Mo July 1, 2013 - September 30, 2013 TOTAL: PROVISIONS AND CLAUSES The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar (VAAR); 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (APR 2010); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.232-18 Availability of Funds (APR 1984); 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984); 52.232-34 Payment by Electronic Funds - Other than Central Contractor Registration (MAY 1999); 52.237-3 Continuity of Services (JAN 1991); 852.203-70 Commercial Advertising (JAN 2008); 852.237-70 Contractor Responsibilities (APR 1984); 52.252-1 Solicitation Provisions Incorporated by Reference (FEB) 1998; This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar (VAAR); 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-2 Evaluation -- Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures. Award will be made to the technically acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conform to the requirements. Technical acceptability will be evaluated on a PASS/FAIL basis. Include prices for the entire project. Ensure technical requirements and specifications are met in accordance with (IAW) the Statement of Work (SOW). Failure to meet any of the requirements may result in rejection of the entire offer. A partial quote will not be considered. Factor 1 - Technical Portion: Technical acceptability will be evaluated on a PASS/FAIL basis. Ensure technical requirements and specification are met IAW with the SOW. Factor 2 - Price: Only those offerors determined to be technically acceptable will be considered for award. Include prices for the entire project. Award will be made to the lowest-priced quote meeting the technical acceptability IAW the SOW. 52.212-3 Offeror Representations and Certification - Commercial Items (AUG 2009); 52.216-1 Brand Name or Equal (AUG 1999); 852-270-1 Representatives of Contracting Officers (2008); 852.273-74 Award Without Exchanges (JAN 2003).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25811RP0849/listing.html)
- Document(s)
- Attachment
- File Name: VA-258-11-RP-0849 VA-258-11-RP-0849.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=253299&FileName=VA-258-11-RP-0849-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=253299&FileName=VA-258-11-RP-0849-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-258-11-RP-0849 VA-258-11-RP-0849.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=253299&FileName=VA-258-11-RP-0849-000.doc)
- Place of Performance
- Address: Kingman CBOC;1726 East Beverly Avenue;Kingman, AZ 86049
- Zip Code: 86049
- Zip Code: 86049
- Record
- SN02570017-W 20110911/110910000457-6b8faead069ad4e65d5e045e8f212301 (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 |