SOLICITATION NOTICE
S -- NHRC-Windows-Carpet-Floor-Cleaning-2015 - SOW
- Notice Date
- 12/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Research Center, 503 Robert Grant Ave., Contracting Dept, Bldg 500, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NHRC-Windows-Carpet-Floor-Cleaning-2015
- Archive Date
- 1/20/2015
- Point of Contact
- JERRY BLANCO, Phone: 619-553-8458, Stephanie Lane, Phone: 619-553-8134
- E-Mail Address
-
jerry.blanco@med.navy.mil, stephanie.lane.ctr@med.navy.mil
(jerry.blanco@med.navy.mil, stephanie.lane.ctr@med.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work Statement of Work 1. TITLE. "Windows, Carpet and Floor Cleaning for NHRC 2. GENERAL. Services will be provided to clean windows, carpets and floors of occupied Naval Health Research Center (NHRC) buildings as required. 3. OBJECTIVE. To maintain NHRC workspaces usability and function by providing area cleaning on a regular basis. All cleaned areas will need to pass safety and security inspections before being utilized by NHRC Personnel. 4. REQUIREMENT. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform carpet, floors and window cleaning. If hazardous materials are required during the period of performance, it shall be identified and supplied with Material Safety Data Sheets (MSDS). MSDS shall be submitted for approval to the Command Safety Officer prior to use and will be available on site. Transportation from vendor location to NHRC and back to vendor location is not covered under the contract. Specific Requirements: Carpet Cleaning: Approx. 85,000 sqft Both Stories of Twelve Two-Story Buildings (304, 320, 322, 328, 329, 330, 331, 332, 333, 335, 337, 346) Seven One-Story Buildings (62, 74, 308, 309, 310, 313, & 315) a. The Vendor shall vacuum all carpets before cleaning the carpets. b. All cleaning shall be accomplished by steam cleaning or the scrubbing and extraction method. c. Apply a heavy duty spot remover (per manufacturer instructions) in heavily soiled areas as needed or identified. d. After cleaning, the carpeted area will be uniform in appearance and be free of spots, stains, streaks, and discoloration. All cleaning solutions shall be removed from baseboards, furniture, trash receptacles, chairs and other similar items. e. Chairs, trash and recycling receptacles, free standing desks, tables, coat racks, carpet runners, chair runners, and easily movable items shall be moved to clean carpets underneath, and returned to their original location. f. Vendor shall post notice or cordon off areas being cleaned. g. Vendor shall allow sufficient time to allow cleaned carpets to dry. h. Vendor shall perform during normal operating hours of 0900 - 1800, Monday thru Friday. i. Vendor shall perform carpet cleaning one time in spaces identified. j. Vendor shall remove any and all debris according to existing safety standards. k. Vendor shall assure work performed pass safety and security inspections. Floor Cleaning: Approx. 75,000 sqft Both Stories of Thirteen Two-Story Buildings (304, 320, 322, 328, 330, 331, 332, 333, 335, 337, 346, 347) One story of one one-story building (329-1st floor) Nine One-Story Buildings (62, 74, 308, 309, 310, 313, 314, 315, 434) a. Linoleum Flooring: i. The Vendor shall damp mop, scrub and wax all linoleum flooring 2x per period of performance in spaces identified. Linoleum flooring may be located in laboratory spaces and entry ways to NHRC buildings. ii. Chairs, trash and easily movable items shall be moved to clean the floors underneath, and returned to their original location. iii. Vendor shall perform during normal operating hours of 0900 - 1800, Monday thru Friday. iv. Vendor shall assure work performed pass safety and security inspections. b. Laminate Flooring: i. The Vendor shall sweep or dust mop laminate floors. ii. Vendor shall wet mop floors 2x per period of performance in spaces identified. Laminate flooring may be located in the hallways and entrances of administrative buildings. iii. Chairs, trash and easily movable items shall be moved to wet mop flooring, and returned to their original location. iv. Vendor shall perform during normal operating hours of 0900 - 1800, Monday thru Friday. v. Vendor shall assure work performed pass safety and security inspections. c. After cleaning, the flooring area will be uniform in appearance and be free of spots, stains, streaks, and discoloration. All cleaning solutions shall be removed from baseboards, furniture, trash receptacles, chairs and other similar items. d. Chairs, trash and recycling receptacles, free standing desks, tables, coat racks, carpet runners, chair runners, and easily movable items shall be moved to clean carpets underneath, and returned to their original location. e. Vendor shall post notice or cordon off areas being cleaned. f. Vendor shall allow sufficient time to allow cleaned carpets to dry. g. Vendor shall perform during normal operating hours of 0700 - 1600, Monday thru Friday. h. Vendor shall perform carpet cleaning one time in spaces identified. i. Vendor shall remove any and all debris according to existing safety standards. j. Vendor shall assure work performed pass safety and security inspections. Carpet and Floor Schedule Buildings Number of Floors Carpet Frequency/ Number of Cleanings per Year Flooring Frequency/ Number of Cleanings per Year Bldg 62 1st Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 74 1st Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 304 1st & 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 308 1st Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 309 1st Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 310 1st Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 313 1st Floor No N/A Yes Quarterly (4X) Bldg 314 1st Floor No N/A Yes Quarterly (4X) Bldg 315 1st Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 320 1st and 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 322 1st & 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 328 1st & 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 329 1st & 2nd Floor Yes Semi-Annual (2X) Yes-1st Floor Only Quarterly (4X) Bldg 330 1st & 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 331 1st & 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 332 1st & 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 333 1st & 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 335 1st & 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 337 1st & 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 346 1st & 2nd Floor Yes Semi-Annual (2X) Yes Quarterly (4X) Bldg 347 1st & 2nd Floor No N/A Yes Quarterly (4X) Bldg 434 1st Floor No N/A Yes Quarterly (4X) Specific Requirements Window Cleaning: Approximately 1000 Windows (Average size: 2 ½' by 4 ½') Thirteen Two-Story Buildings Eight One-Story Buildings a. Vendor shall provide an exact count on the number of windows for each building to be cleaned and no glass doors, restroom vent windows or entrances to the buildings will be included in the count or be cleaned. b. Vendor shall clean interior and exterior windows, and screens. c. Vendor shall clean interior with window cleaning fluid 2x per period of performance. d. Vendor shall clean exterior windows and screens using a spray washing method 2x per period of performance. e. Vendor shall conduct visual inspections of windows and screens to identify preexisting damage or missing screens. Vendor shall provide completed pre and post cleaning condition checklist to technical point of contact f. Vendor shall post notice or cordon off areas necessary to perform spray washing. g. Vendor shall examine spray washed windows for remaining soil and perform spray washing again as necessary. h. Vendor shall take necessary precautions when performing spray washing to avoid window and screen damage. i. Vendor shall ensure screens are replaced without damage j. Vendor shall perform during normal operating hours of 0700 - 1600, Monday thru Friday. k. Vendor shall assure work performed pass safety and security inspections. l. Damages to property are contractor responsibility. Vendor shall include potential damage in cost proposal. Window Cleaning Schedule Buildings Number of Floors Windows Screens Estimated # of Windows Frequency: Inside & Outside Bldg 62 1st Floor Yes Yes Semi Annual (2X) Bldg 74 1st Floor Yes Yes Semi Annual (2X) Bldg 304 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 308 1st Floor Yes Yes Semi Annual (2X) Bldg 309 1st Floor Yes Yes Semi Annual (2X) Bldg 310 1st Floor Yes Yes Semi Annual (2X) Bldg 313 1st Floor Yes Yes Semi Annual (2X) Bldg 314 1st Floor Yes Yes Semi Annual (2X) Bldg 315 1st Floor Yes Yes Semi Annual (2X) Bldg 320 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 322 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 328 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 329 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 330 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 331 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 332 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 333 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 335 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 337 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 346 1st & 2nd Floor Yes Yes Semi Annual (2X) Bldg 347 1st & 2nd Floor Yes Yes Semi Annual (2X) *All performers must be able to access a DOD facility and possess the appropriate city, state and Federal certifications necessary to complete the work. REPORTING REQUIREMENTS. The contractor must provide a detailed proposal/plan prior to the start of this work. Plans must be submitted 7 business days prior to scheduled start of work to ensure rooms are cleared and that the facility will be accessible. Personnel On-site Clearance capabilities - Offeror shall submit supporting documentation of base access solution such as a RAPIDGate® pass. NHRC shall not be contacted under any circumstances in effort to obtain base access other than for the pre-proposal site visit as outlined in section 3.2 below. Base access is solely the offeror's responsibility. Vendor is responsible for confirmation of each employee's ability to enter the base. Instructions and program information for RAPIDGate® can be found at http://www.RAPIDGate.com or (877) 727.4342. RAPIDGate® access requires (in succession): (1) Individual Base Commander approval for vendor to access base, (2) Successful vendor RAPIDGate® company annual enrollment, (3) Company employee individual enrollment and possession of RAPIDGate® identification badge for single base or multiple base (enterprise) access. Contractor shall submit timeline needed to obtain RAPIDGATE if not already in possession. Pre-Proposal Site Visit - A pre-proposal site visit will be held within the seven day window this work is posted on fbo.gov. Interested parties must email company name, company email address, attendees name(s), attendees email address(es) to NHRC's Operations Officer, Mr. Miles Guanzon, at Ismael.Guanzon@med.navy.mil. Submitted parties will receive an email notification with details of the time, date, and meeting location of the site visit. All contractors interested in the work shall attend the site visit at the time, date and location specified in the email notification. Pre-proposal site visits will not be conducted on a case by case basis. Contractor shall seek out all information needed for proposals during the site visit. 5. QUALIFICATION REQUIREMENTS. The vendor selected for the performance of this statement of work must comply with licenses and certifications associated with this work. 6. RESTRICTIONS. There is no known existing or potential conflict of interest associated with this task. 7. SECURITY CLEARANCE. None required; the effort is unclassified. 8. PERIOD OF PERFORMANCE. 12 months from date of award. 9. TECHNICAL POINTS OF CONTACT. Jerry Blanco Facilities Administrator Naval Health Research Center DoDAAC: N63116 (619) 553-8458 Jerry.Blanco@med.navy.mil Miles Guanzon Operations Officer Naval Health Research Center DoDAAC: N63116 619-767-4902 Ismael.Guanzon@med.navy.mil 10. INVOICES. Invoices and Material Inspection and Receiving Reports (Form DD-250) will be forwarded to the Technical Point of Contact for signature acceptance first before submitting via WAWF. Invoices and signed Form DD-250s shall be submitted to electronically using the Wide Area Work Flow (WAWF) site at https://wawf.eb.mil. Copies of Form DD-250 are available at http://www.dtic.mil/whs/directives/infomgt/forms/eforms/dd0250.pdf Figure 1: Example Window Condition Pre-Post Checklist.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8bea8caeeeb61bba2980d3def7d7f7f1)
- Place of Performance
- Address: Naval Base Point Loma, Naval Health Research Center, 140 Sylvester Rd Bldg 329, San Diego, California, 92106, United States
- Zip Code: 92106
- Zip Code: 92106
- Record
- SN03600128-W 20141220/141218234920-8bea8caeeeb61bba2980d3def7d7f7f1 (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 |