Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2013 FBO #4358
DOCUMENT

S -- Window Cleaning Service - Attachment

Notice Date
10/28/2013
 
Notice Type
Attachment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24814R0022
 
Response Due
11/6/2013
 
Archive Date
2/4/2014
 
Point of Contact
Lisa Nooner
 
E-Mail Address
9-3343<br
 
Small Business Set-Aside
Total Small Business
 
Description
Bay Pines VA Healthcare System, Bay Pines, Florida anticipates the award of a firm fixed-price contract for Window Cleaning Service for Bay Pines VA Healthcare System, Bay Pines, Florida 33744. This award will be for a base plus four (4) optional years. Contractor must provide all necessary labor, tools, equipment and materials. STATEMENT OF WORK Environmental Management Services Window Cleaning Services (Interior & Exterior) A.GENERAL The contractor shall provide all management, tools, supplies, equipment and labor necessary to ensure that window-cleaning services are performed at Bay Pines VAHCS, 10000 Bay Pines Blvd. Bay Pines FL. The contractor shall furnish all labor, supervision, management, management support, transportation, supply equipment, and materials except Government furnished space and utilities as identified in these specifications, necessary for accomplishment of complete glazing maintenance services (GMS) as described herein. In addition to these services, incidental cleaning functions not specifically listed but normally included as general practice within the glazing maintenance industry will be provided. These shall include, but not be limited to, cleaning of insect and energy conservation screens, cleaning of window frames, sills and sashes, and replacement of component elements of window units damaged during accomplishment of contractual service. Primary Tasks (1) Cleaning of glazed surfaces, exterior and interior (2) Cleaning of frames, sills, solar screens, and sashes (3) Cleaning of solar barrier films applied to glazed surfaces (4) Cleaning of building entrance and exit doors (5) Cleaning of building skylights All work is to be performed in accordance with the guidelines established by Federal, State, and local ordinances and with the Contractor's Procedures Manual and Quality Control Manual. B.TYPE OF CONTRACT Bay Pines VAHCS intends to issue a fixed firm price contract to provide window cleaning service. The selected Contractor will have a favorable record of past performance in providing the services described in the Statement of Work (SOW), and be familiar with the legal requirements related to the services. 3.SCHEDULING The Contractor shall be responsible for scheduling the work performed. Anticipated schedules of when the work will be done shall be submitted to the COTR no later than the contract start date. A daily schedule of areas to be serviced will be submitted in advance for each workday. 4.STANDARDS All cleaning tasks shall be accomplished to meet the standards of Special Performance Requirements. 5.COVERAGE The Contractor shall provide service to the building/areas indicated in the Continuation of Standard Form 1449. All references to locations of rooms, building, or functions on any drawings or blueprints furnished, are for informational purposes only. Such references do not necessarily indicate that these locations or function designations will remain stable. Changes of functional designations or locations which affect this contract and which require permanent adjustments in frequency or type of performance will be coordinated with the Contractor prior to initiation of such a change to assure adequate contractual coverage. The Schedule of Cleaning(s) indicates the basic cleaning frequencies, however, the Chief, Environmental Management Services must approve station sequence of window cleaning. Contractor is required to check-in and checkout daily with assigned Housekeeping Manager. Deficiencies identified by Housekeeping Manager will be corrected. Following the Contractor's re- cleaning, the COTR and/or his representative will re-evaluate such areas re-cleaning is required until the deficiency has been corrected 6.SPECIAL PERFORMANCE REQUIREMENTS Clean glazed surface frames, sills. sashes, insect screens and solar film, exterior and interiorRemoval of all residual tar, gum, paint, water proofing compounds, dirt, soil, mold and mildew or other substances, which may be found. Screens and safety bars removed for cleaning replaced and securely fastened Safe preparation and use of materials and equipmentMaterials stored and prepared according to manufacturer's recommendations Equipment used for the purpose it was primarily designed Removal of material and equipmentMaterials and equipment stored at the end of each workday will only be stored in area assigned by the respective Housekeeping Manager Warning signs and protective barriersSigns placed in all directions to warn others in the area of work being performed when work could cause possible harm to those who are unaware of such work. Barriers placed to protect persons, property, equipment etc Damage by Contractor to Government property,' equipment facilities, etcWork to be performed to preclude damage to or disfigurement of Government owned furnishings, fixtures, equipment and architectural of building structures including roof membrane of B100. Repaired damageAll damages caused by Contractor's personnel repaired to previously existing condition Adherence to Policies. Procedures and mandatory Directives, Safety, and Fire RegulationsContractor follows policies, procedures, mandatory directives, safety and fire regulations and all required OSHA rules and regulations as well as those in place at BPVAHCS. Contractor's personnel wear required uniform and identification devices and observe good personal hygieneAll employees to wear approved uniforms clean and free from body odor and in good repair with an identification device on left breast pocket. Employees must be neat and clean Quality Control ProgramContractor has a written program to assure that the requirements of this contract are provided as specified Key ControlAll keys shall be controlled as specified in this contract Space premises and utilities are conserved and protectedContractor to maintain the space assigned and use only the space assigned. Contractor to operate under conditions which preclude the waste of utilities Normal facility functions not interfered withWork of the Contractor to be coordinated with Housekeeping Manager to prevent conflicts with the treatment of patients and the functioning of the facility No Medical apparatus moved without approval Daily report of area to be servicedProject manager to submit the area/rooms to be serviced for each work day to the Chief, Environmental Management Services or COTR in Building 37/room 102. Safe equipment useProper use of belts, ropes, hoists, saddles hardhats, goggles masks, protective clothing, rigging, etc shall be reviewed and approved by BPVAHCS Engineering Svc, Fire and Safety prior to award. Initial training and orientation of employeesDocumented training and initial orientation completed prior to employee performing work Project ManagerAssigned competent person to manage all aspects of the work and given appropriate authority Correction of noted cleaning deficienciesRe-clean where deficiencies have been identified, re-cleaning to take place within 3 workdays of identification of deficiency Correction of identified deficiencies and problems All deficiencies brought to Contractor's attention corrected as agreed on Contractor Discrepancy Report. (Safety, interference with activities, damage, etc) Submission of required reportsReports submitted in a timely manner 7.QUALIFICATIONS OF BIDDERS Bids will be considered only from Contractors who are regularly established in the business called for and who, in the judgment of the Contracting Officer (CO), are financially responsible and able to show evidence of their reliability ability, experience, equipment facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. The Contractor shall be licensed by the state or local health authority in those localities where such licenses are required. 8.PAST PERFORMANCE Contractors shall submit, with their bids, proof of prior performance and years of experience Submission must address, but is not limited to, the following: List a minimum of three (3) relevant and verifiable references, including contract number, dates of performance point of contact and telephone numbers. These references should show your ability to perform the services required by this contract. Identify any Federal, State, and local Government and private contrac6ts that are similar in nature. scope and size References should include all on-going contracts or those completed within the last three (3) years In addition, include information that depicts contract compliance, financial stability and efficiency, and customer service. 9.INSPECTION OF PREMISES Bidders should inspect the premises prior to submitting bids in order to be fully aware of the scope of service required. Failure to do so will not relieve the successful bidder from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government Prospective bidders may call Environmental Management Services at (727) 398-6661 ext. 4185 or 5209 to arrange an inspection during normal working hours. 10.PERSONNEL QUALIFICATION AND REQUIREMENTS A.SUPERVISION: The Contractor shall specify a Project Manager who will have responsibility for performance of contract services. The Project Manager shall be competent to supervise all aspects of the contract and shall be available, on site, within 24 hours after notification during performance of contract work. The Contracting Officer shall be notified in writing, of the name of the Project Manager and of changes in personnel appointed to fulfill this function or of substitution of personnel due to illness or leave The Project Manager shall, in the absence of the Contractor, act as the Contractor's Representative. B.TRAINING: No employee may be assigned to work under provision of the contract until orientation and training, as specified in Contractors Procedures Manual. C.UNIFORMS AND EMPLOYEE IDENTIFICATIONS: Contractor's personnel assigned to the performance of this contract are to wear a Contractor-provided standard distinctive uniform that is clearly distinguishable from all Veterans Administration uniforms. All uniforms are to be worn as designed by the manufacturer Uniforms are to be clean and maintained in good repair. A Contractor-provided, clearly readable name identification device consisting of the employee's name and the company name will be worn on or in the area of the left breast pocket. In special sanitation and/or isolation situations, Contractors personnel may be required to wear special protective clothing and shoe covers supplied by the medical facility. Such items are to remain the property of the Government and are not to be removed from the premises of Bay Pines VA Medical Center They will be received, worn, and turned in or disposed of as directed. All other safety or protective clothing or equipment shall be provided and maintained by the Contractor at the Contractors expense. 11.CONFORMITY TO REGULATIONS The Contractor shall conform to all regulations, Federal. State and local, governing examining and licensing of glazing maintenance operators, performance of glazing maintenance, and use of chemicals and equipment which may be in effect in the area in which the work under the contract will he performed 12.EVIDENCE OF COVERAGE As indicated by FAR clause 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997), page 31 of this solicitation. before award of contract the Contractor shall furnish to the Contracting Officer a certificate of insurance which shall contain an endorsement to the effect that cancellation of, or any material changes in the policies which adversely affect the interests of the Government in such insurance shall not be effective unless 30 day written notice of cancellation or change is furnished the Contracting Officer. 13.WORK SCHEDULE The approximate cleaning dates listed on the Schedule will be adhered. The Contracting Officer's Technical Representative (COTR) must be notified at least seven (7) days in advance of any deviations. All work is to be completed within fifteen (15) working days from starting date. Work is to be scheduled and completed floor-by-floor (inside and outside windows). Work must be completed on one floor before moving to the next floor. 14.QUALITY CONTROL/QUALITY ASSURANCE A.QUALITY CONTROL. The Contractor shall have a quality control program to assure the requirements of this contract are provided as specified. One copy of the Contractor's basic Quality Control Program shall be provided for review, by the Contracting Officer or COTR upon request. B.QUALITY ASSURANCE. The Chief Environmental Management Services or his designee will make daily inspections of the completed areas. The Contractor will he notified no later than the following workday of any unsatisfactory work and such work will be redone to the satisfaction of the Chief, Environmental Management Services. To facilitate this, the Contractor will notify the Chief. Environmental Management Services of areas to be covered each workday. 15.CORRESPONDENCE All correspondence relative to this contract shall bear the Veterans Affairs contract number, title, and name of Medical Facility 16.BUILDING SECURITY A.KEYS: The Government shall provide the Contractor access to all buildings and rooms required in the provisions of this contract. Keys provided to the Contractor shall not be removed from the premises of the Medical Facility, duplicated, or issued to any individual to be retained in his possession while not physically performing duties under this contract. Environmental Management Services shall retain all keys not issued for the performance of work at any particular time. In the event a master key is lost or duplicated, all locks and keys on that system shall be replaced by the Government and the total cost thereof deducted immediately from the next payment(s) to the Contractor. The Contractor will notify the Contracting Officer's Technical Representative (COTR) of any lost or suspected lost key within 24 hours. B.Contractor personnel shall not lend keys or open locked rooms or areas to permit entrance by persons other than Contractor personnel performing assigned duties. All rooms found locked are not to be left unattended while performing duties under this contract and shall he re-locked by Contractor's personnel upon completion of duties. There may be certain areas identified by the COTR in which Contractor personnel must immediately notify the COTR or Security/Hospital Police if a door is found unlocked. C.The Contractor's personnel shall turn off all tights in unoccupied areas, unless otherwise directed_ When Contractor's personnel open windows, they will close windows before leaving the area. If any difficulty is encountered in keeping areas locked, the COTR shall he notified. D.The Contractor shall comply with all security clearances or access controls. E.It is the responsibility of the Contractor to ensure that all lost articles found in the areas under the Jurisdiction of the Government by the Contractor's personnel are turned in as specified. 17.SAFETY AND FIRE PREVENTION A.In the performance of this contract, the Contractor shall take such safety precautions as necessary to protect the lives and health of occupants of the building. B.The Contractor shall immediately correct any fire and safety deficiencies caused by his/her personnel. If the Contractor fails or refuses to correct deficiencies promptly, the Contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default of the contract C.The Contractor shall comply with applicable Federal, State, and local safety and fire regulations and codes, which are in effect at the beginning of the contract period. The Contractor shall keep abreast of and comply with changes in these regulations and codes applicable to the contract. D.The Contractor's personnel shall follow applicable facility policies concerning fire/disaster programs. E.All materials and equipment will be removed from the facility or stored properly at the end of the workday. F.For further information, reference the Bay Pines VA Medical Center Safety Manual No #12. 18.DAMAGE AND EQUIPMENT LOSS A.All tasks accomplished by Contractor personnel will be performed to preclude damage or disfigurement of Government owned furnishings, fixtures, equipment, and architectural or building structures. Contractor will report any damage or disfigurement to these items when caused by the Contractor's personnel and will perform repairs or replace Government owned equipment, fixtures, furnishings, grounds and architectural or building structures to their previously existing condition. B.Glazed units of more than intrinsic value (e.g. antique, stained, leaded glass) may be encountered during the course of glazing maintenance operations: repair of damage to such units shall not be limited to the material cost of replacement but shall include full restoration to previously existing conditions. 19.HANDLING OF GOVERNMENT FURNITURE/EQUIPMENT- BY CONTRACTOR PERSONNEL Any medical apparatus in use on or by a patient will not be moved or otherwise handled by the Contractors personnel except when prior arrangements have been made. This provision is written to permit minor movement of apparatus to facilitate immediate local tasks. Transfer of patients within the ward or to other locations within the Medical Facility is not within the scope of this provision. Use of any patient facilities such as bathrooms, day rooms, etc will not be permitted. 20.CONSERVATION OF UTILITIES The Contractor shall instruct his personnel in utilities conservation practices The Contractor shall be responsible for operating under conditions, which preclude the waste of utilities, which shall include but not necessarily be limited to A.Lights shall be used only in areas where and at the time when work is actually being performed unless otherwise directed. B.Mechanical equipment controls for heating, ventilation and air conditioning systems will not he adjusted by Contractor's personnel C.Water faucets or valves will be turned off when not in use. D.Government telephones shall not be used for personal reasons, or for any toll or long distance calls. 21.INTERFERENCE TO NORMAL FUNCTION Contractor's personnel are required to interrupt their work at any time to avoid interference with patient care procedures and the normal functioning of the facility, including utility services, tire protection systems and passage of facility patients, personnel, equipment and carts 22.MATERIALS, EQUIPMENT AND TOOLS Technical literature and/or descriptions of all materials, equipment and tools proposed for use by the Contractor, shall be submitted to the Contracting Officer's Technical Representative (COTR) for approval prior to beginning work under this contract. Whenever a change is requested, all Contractor-furnished materials, equipment and tools used shall be standard products of manufacturers regularly engaged in the production of such items. The Contractor shall secure all materials. The Government assumes no liability for loss of or damage to Contractor owned property held on Government premises 23.REPORTS The Contractor will submit reports as directed by the Contracting Officer. A report indicating the amount of windows washed each day will be submitted to the Chief, Environmental Services Section. 24.CONTRACT ADMINISTRATION DATA. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer in all matters pertaining to the contract administration. Only the Contracting Officer is authorized to make commitments or issue changes, which will affect price, quantity, or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in contract price to cover any increase in costs incurred as a result thereof 25.CONTRACTING OFFICERS TECHNICAL REPRESENTATIVE (COTR) The Contracting Officers Technical Representative for this contract is Mr. Kai Mentzer, Environmental Care Specialist, who may be reached at (727) 398-6661 Ext. 5209 CONTINUATION OF STANDARD FORM 1449 The following windows shall be cleaned: No.LOCATIONEstimated Number of WindowsCost per CleaningTotal Cost 1Building 1282 2Building 2172 3Building 1138 4Building 1211 5Building 1323 6Building 174 7Building 193 8Building 2045 9Building 22234 10Building 2362 11Building 24155 12Building 3519 13Building 3659 14Building 37212 15Building 46*408 16Building 71 & 101335 17Building 1001641 18Building 100 Skylights2 19Building 102440 No.LOCATIONEstimated Number of WindowsCost per CleaningTotal Cost 21Breezeway entrance Bldg 100 (2 doors, 2 side + 1 overhd panel)5 22East entrance Corridor Bldg 100 (1 door, 2 side + 1 overhd panel)4 23N.E. entrance Corridor Bldg 100 (1 door, 1 side + 1 overhd panel)3 24West entrance Corridor Bldg 100 (2 doors, 2 panels)4 25Emergency Room Entrance Bldg 100 (4 doors, 4 panels)8 26East entrance Bldg 1 (2 doors)2 27Entrance of Bldg 20 (2 doors)2 28Main entrance Domiciliary(2 doors, 1 overhd panel)3 29Entrance Bldg 101 (2 doors, 2 side + 1 overhd panel)5 30Nursing Home dining hall - B (2 doors, 10 side panels, 11 windows)23 31Additional Widows due to constructionUp to 100 additional TOTAL *Includes outside canopy This Window Cleaning Service is set aside for Small Business (SBs). All prospective contractors must be registered on the SAM website https://www.sam.gov/portal/public/SAM/ to be considered for award. This is a Combined/Synopsis for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number, VA248-14-R-0022, is issued as a Request for Proposal (RFP). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective July 23, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. All information for this solicitation will be posted on Federal Business Opportunities (FedBizOpps) at www.fbo.gov. No hard copies will be available. The bidder is responsible to monitor and download any amendments from FedBizOpps which may be issued to this solicitation. The North American Industry Classification Code (NAICS) for this procurement is 561790, Size Standard: 500 Employees. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is applicable to solicitation acquisition. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than SAM Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. The solicitation will be issued on or about October 16, 2013 with a closing date of November 6, 2013. Quote is due by 2:00 pm EST. Proposal may be mailed, faxed or emailed to Lisa P. Nooner, lisa.nooner@va.gov at the Department of Veterans Affairs, Bay Pines VAMC, Contract Management (248), 10,000 Bay Pines Blvd., Saint Petersburg, FL 33708, fax: (727-) 299-6716. Contracting Office Address: Department of Veterans Affairs; Contracting Officer (248) Network Contracting Activity 8 Bldg. #2, Room #334 10, 000 Bay Pines Blvd., Saint Petersburg, FL, 33708 Place of Performance: Bay Pines VA Healthcare Systems 10000 Bay Pines Blvd Bay Pines FL 33744 US Point of Contact(s): Lisa P. Nooner
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24814R0022/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-R-0022 VA248-14-R-0022.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1064719&FileName=VA248-14-R-0022-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1064719&FileName=VA248-14-R-0022-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03223550-W 20131030/131028234022-3001327477006960d36cdde634e4057a (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.