DOCUMENT
S -- Window Washing Services for the Amarillo VA Health Care System - Attachment
- Notice Date
- 7/3/2018
- Notice Type
- Attachment
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;124 E. Hwy 67;Duncanville, Texas 75137
- ZIP Code
- 75137
- Solicitation Number
- 36C25718Q9659
- Response Due
- 7/31/2018
- Archive Date
- 10/29/2018
- Point of Contact
- Rastreva Upshaw, Contract Specialist
- E-Mail Address
-
ia
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. Solicitation number 36C25718Q9659 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a Total Service-Disabled Veteran-Owned Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561720 and sized standard is $18M. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) upon submission of quote. Only qualified offerors may submit bids. In addition, in accordance with FAR 52.204-7, System for Award Management, the Offeror must be eligible and registered in System for Award Management (SAM) database. Contractors may obtain SAM information at https://www.sam.gov. Registration is free and potential offerors are encouraged to visit the SAM website because no contracts can be awarded to an offeror not registered in SAM. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Project requirements: To provide a Bi-Annual Facility Window Cleaning Service Contract for the Amarillo Health Care System. See Statement of Work. Period of Performance: Base plus four (4) one-year options. Base: September 1, 2018 August 31, 2019 Option Year One: September 1, 2019 August 31, 2020 Option Year Two: September 1, 2020 August 31, 2021 Option Year Three: September 1, 2021 August 31, 2022 Option Year Four: September 1, 2022 August 31, 2023 Place of Performance: Amarillo VA Health Care System (AVAHCS), 6010 Amarillo Blvd., West, Amarillo, Texas, 79106 The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) EVALUATIONS OF OPTIONS (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (End of Addendum) 52.217-9, Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-14, Limitations on Subcontracting 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: 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). 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). Full text can be obtained at http://www.acquisition.gov/far/index.html LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. STATEMENT OF WORK Bi-Annual Facility Window Cleaning Services DESCRIPTION OF SERVICES. The Contractor shall provide all management, tools, supplies, equipment, labor, and transportation necessary to perform bi-annual facility window cleaning services for the Amarillo VA Health Care System (AVAHCS), 6010 Amarillo Blvd., West, Amarillo, Texas, 79106. The performance period is one (1) year with four (4) option years Base: September 1, 2018 August 31, 2019, Option Year One: September 1, 2019 August 31, 2020 Option Year Two: September 1, 2020 August 31, 2021 Option Year Three: September 1, 2021 August 31, 2022 Option Year Four: September 1, 2022 August 31, 2023 All work shall be accomplished using commonly accepted commercial standards/practices and in accordance with this Statement of Work. 1.1. BASIC SERVICES. 1.1.1. Bi-annual Cleaning - The contractor shall perform bi-annual window-cleaning services as follows: cleaning of all interior windows (including frames, casings, and sills) and exterior windows and frames for all Buildings on campus, as shown in Exhibit 1. A window barrier treatment (glass surface protectant) shall be applied to all outside windows in Buildings 1, 4, 28, 29, 33, and 34. Cleaning must be performed in accordance with standards in Exhibit 2. For all of the services stated in this paragraph, performance shall be completed within 10 days of the start of the cleaning. 1.1.1.1. Exterior Window Cleaning. The contractor shall clean all exterior window surfaces and frames, so that those surfaces are free of dirt, dust, smudges, spots, streaks, grime and other foreign substances. In addition, for windows at breezeways between Buildings 1 and 28, the contractor shall also clean the exterior dark glass surfaces below each row of windows. The contractor shall apply a window barrier treatment to all exterior windows in Buildings 1, 4, 28, 29, 33, and 34. Note: Desiccating of water mineral deposits on windows and frames as required. (If windows have previous damage such as mineral deposits, de-lamination or scratches, the Contractor is still required to clean the windows). 1.1.1.2. Interior Window Cleaning. The Contractor shall clean all interior window surfaces, frames, sills, and casings so that after cleaning, those surfaces are free of dirt, dust, smudges, spots, streaks, grime and other foreign substances. 1.1.1.3. Window Type: Double Pane/Swing-Out with Blinds. Approximately 1/2 - 2/3 of the facility windows are double-paned, swing out windows that must be unlocked, rotated on a center post and opened to reveal blinds. All four sides of these windows are to be cleaned, as are the blinds. 1.1.1.4. Special Methods. Windows between Buildings 1 and 28, floors 1-4, are joined by hallways with windows on both sides, referred to herein as breezeways. The windows do not open, and the exterior windows of the breezeways are most appropriately cleaned by extension poles or rappelling. 1.1.2. The exact dates of services shall be negotiated between the Contract Officer (CO), the Contracting Officer s Representative (COR), and the Contractor. The times of service most amenable to weather conditions is mid-October to mid-November and mid-April to mid-May. 1.1.3. Preventative Measures. 1.1.3.1. Windows requiring the contractor to reach heights above 6'-0" shall be reached by following approved Occupational Safety Health Administration (OSHA) standards. The contractor shall ensure methods used do not damage or deface Veterans Affairs real property or private property. The contractor shall contact the COR immediately if any damage or loss occurs. In the event of damage caused by the contractor, due to improper protection, precaution or safety measures, damage shall be repaired by the contractor at the contractor s expense. A course of action for repairs shall be coordinated with the Contracting Officer and COR within two (2) hours of occurrence. All repairs shall be completed within 3 days. The Contracting Officer may grant an extension if repairs do not endanger safety or integrity of Government property and if interim repairs are made to the satisfaction of the Government. In the event the contractor does not satisfactorily repair or replace such damages caused by the work of the contractor, the Government reserves the right to make necessary corrections at the contractor's expense. In the event of loss, the Contractor shall be liable for the replacement cost of the item. 1.1.3.2. 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 including Contractor's employees. 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 CO or COR may issue an order stopping all or any part of the work, and hold the Contractor in default of the contract. 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. The Contractor's personnel shall follow applicable facility policies concerning fire, disaster, and safety programs, VA Policy, Safety, Occupational Health, and Fire Protection Manual. All materials and equipment will be properly secured during the workday and removed from the facility at the end of each workday. 1.2. PROTECTION OF PROPERTY AND CLEAN UP. The Contractor shall protect all surfaces and items not being cleaned or having barrier treatment applied from the chemicals incidental to the work. The contractor is responsible for leaving the work area free of all debris generated by the work and shall provide daily cleanup after the workday is complete. The contractor is responsible for transporting all contract related debris off of the installation daily and disposing IAW state and Federal regulations. 1.3. DOCUMENT SUBMITTAL. The following submittals are required to be delivered to the Government within 15 days of contract award and prior to the start of work 1.3.1. The contractor schedule of services shall be submitted to the Contracting Officer and Authorized Government Representative within fifteen (15) calendar days of contract award and shall adhere to the Statement of Work, paragraph 3.10. 1.3.2. Safety Data Sheets (SDS) for window cleaning and glass surface protectant. 1.3.3. Contractor Orientation Training Certification. The Contracting Officer or COR will provide an electronic copy of the Contractor Orientation booklet for review by the Contractor and its employees. The Contractor will assure each employee reads, and signs that they have read, and understood its contents and provide the signed form to the COTR prior to beginning work. 2.0. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government shall provide electricity and water for performance of services as needed by the contractor for use in fulfilling the requirements of this contract. Only reasonable required amounts of water, and electricity, essential to contract performance, will be made available at no cost to the contractor from existing systems, outlets, and supplies. Use of these utilities shall be approved and monitored by the Authorized Government Representative and shall be conserved by the contractor. Temporary connections, outlets, and distribution lines as required shall be installed by the contractor at his own expense upon approval by the Contracting Officer and/or COR. No storage area is available on AVAHCS property for this contract. The contractor shall bring all necessary materials to perform all work to the site and remove them from station at the end of each day's work. 3.0. GENERAL INFORMATION. 3.1. QUALITY CONTROL. The contractor shall develop and maintain a quality program to ensure maintenance services are performed in accordance with any applicable standards and manufacturer's instructions. The contractor shall develop and implement procedures to identify and prevent defective services from reoccurring. The contractor shall submit a point of contact to the Contracting Officer to address quality control issues. 3.2. QUALITY ASSURANCE. The Authorized Government Representative shall evaluate the contractor's performance for acceptability in accordance with the statement of work requirements. At the completion of each building service, the Authorized Government Representative shall accept or reject work accomplished. Unacceptable work shall be re-accomplished prior to the contractor's next task. 3.3. CONTRACTOR PERSONNEL. 3.3.1. Contract Manager. The contractor shall provide an English-speaking contract manager who shall be responsible for the performance of the work to ensure it meets the requirements of this contract. The name of this person and an alternate or alternates, who shall act for the contractor when the manager is absent, shall be designated in writing to the Contracting Officer within fifteen (15) calendar days of contract award. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to services provided on this contract. The contract manager or alternate shall be available during normal duty hours within four (4) hours to meet on the installation with government personnel to discuss contract issues. 3.3.2. Contractor Employees. 3.3.2.1. The contractor shall not employ persons to work on this contract if such employee is considered by the Contracting Officer to be a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. Personnel shall present a neat appearance and be easily recognized as contractor employees using an approved Contractor badge or attire with company logo. The contractor shall not permit cut off shorts and clothing with tears, or revealing clothing or clothing with obscene or inflammatory designs, slogans, or remarks. Any contractor personnel who violate federal, state, and local guidelines shall be prohibited from working on this contract. 3.3.2.2. Smoking, Eating and Drinking. The contractor shall permit smoking, eating and drinking only in designated areas. 3.3.2.3. Driving License/ID/Facility Badge. The contractor and its employees shall comply with AVAHCS traffic regulations while on federal property. The contractor shall ensure its employees have a current and valid state/country driver's license for the type of vehicle being driven before allowing the employee to operate a vehicle on federal property. 3.3.2.4. Contractor/Employee AVAHCS Identification. The contractor shall obtain AVAHCS identification for all contractor personnel who make frequent visits to or perform work for the AVAHCS cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges while visiting or performing work at AVAHCS. The Contractor shall be required to provided at the pre- performance conference the Contractor Employee Listing in order for employees to gain access to the installation: Each contractor employee must be able to provide two forms of current Government-issued photo identification to be issued a badge/pass. 3.3.2.5. The Contractor Employee List. This form shall list every employee requiring access. Any change, i.e., an employee no longer working or a new employee working, it shall be updated to reflect additions and/or deletions. Identify the individuals designated as escorts. Once completed, email the list to the Contracting Officer and/or designated Contracting Officer s Representative (COR) in Microsoft Excel or Word format. The Contracting Officer or COR will then prepare and attach a cover letter, and forward the Contractor s Employee List to the AVAHCS Police Service or designated alternative. 3.3.2.6. Securing the Contractor Badge/Pass. Upon arrival, the contractor s employees will report to the AVAHCS Police Service (or designated alternative,) and show two current forms of government-issued photo ID to receive a contractor badge/pass before reporting to the COR. If an employee will be driving on AVAHCS property, they may be required to provide a valid driver's license, vehicle registration, and proof of insurance. NOTE: The office administrating this function is closed after 1530 (3:30 p.m.), therefore, employees must arrive prior to this time in order for their documentation to be processed. During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee that no longer requires access to the work site. 3.3.2.7. Reporting to Work. The contractor employees shall check in at the beginning of each work day to the COR to assure coordination of locations being worked, receive access instructions, and provide documentation of each day s work completion and findings. 3.3.2.8. Upon completion or termination of the contract or expiration of the identification passes, the contractor shall ensure that all AVAHCS identification passes, keys, etc., issued to employees are returned to the issuing office. Failure to comply with these requirements may result in withholding of final payment. 3.4. SAFETY. The pertinent sections of the following publications are applicable to all work on this contract: 3.4.1. Occupational Safety Health Administration (OSHA), applicable standards. 3.4.2. AVAHCS Safety and Health Medical Center Memoranda. 3.5. PHYSICAL SECURITY. Building 7 is a controlled-access facility. The contractor shall be under escort at all times while performing work INSIDE this facility and the contractor shall only be allowed to work one (1) crew at any given time inside. All members of a work crew shall stay within the vicinity and eyesight of the assigned escort at all times. 3.5.1. Physical Security, Buildings. The Contractor shall ensure contract employees utilize only the area to be worked for each day; however, they may utilize the Canteen and other public spaces. The Contractor shall ensure all unoccupied rooms are left in the same condition as found locked if found locked and left unlocked if found unlocked. Contractor shall not block open any exterior or secured door. 3.5.2. Physical Security of Employee-Occupied Spaces. Offices may be cleaned while occupied with the concurrence of the occupant. Coordination of cleaning with the COR will help assure maximum access. In the instance where patient-provider interactions do not permit immediate entry, contractor will return to the office to clean the windows at a mutually designated time. 3.5.3. Patient Occupied Spaces. Buildings 1, 28, 29, 33, 44, 46, and 48 house direct patient-based services. Out-patient buildings will be cleaned after clinics are closed for patients. Empty inpatient rooms will be cleaned, and occupied inpatient rooms will be cleaned with an escort. 3.5.4 Access to Spaces and Key Issuance. 3.5.4.1. The VA shall provide the Contractor specific access to all buildings and rooms required to be cleaned. Keys shall be issued to housekeeping closets and to windows at the beginning of work each morning and returned to the VA each day. These keys shall not be removed from the premises of the Medical Center, duplicated, or issued to any individual that is not physically performing duties under this contract. Any keys lost by Contractor personnel shall be replaced by the VA at a cost to the Contractor of $50.00 per key. The Contractor will notify the COR of any lost or suspected lost key immediately. The VA window keys allow the windows to spin open and separate to clean two exterior panes, two interior panes, and the interior blinds. 3.5.4.2. The Contractor s employees shall assure his/her employees conserve utilities by turning off all lights not in use, turning off water at housekeeping closets, not adjust thermostats for heating or air conditioning, and refrain from using any VA phones. When Contractor's employees open windows, they shall close and secure the windows before leaving the room. All windows, security and non-security, will be re-locked after cleaning and before leaving room. Contractor shall notify COR immediately of any windows that cannot be closed or secured, and provide a written report of issues found or occurring during any portion of the cleaning process. Contractor will also note any problems found regarding the window, blinds, or ability to open or properly close windows. Any lost items found by the contractor employees will be turned in to the COR for proper lost and found disposition. 3.6. RE-PERFORMANCE OF SERVICE. When service performed does not conform to contract requirements, or when service was not performed in a specific area, the contractor shall perform or re-perform the service in conformity with contract specifications at no additional cost to the government. Performance or re-performance of these services shall commence immediately upon notification by the Authorized Government Representative. The contractor shall have a sufficient workforce dedicated to ensure corrections are accomplished before noon the next workday without degradation to normal scheduled services. 3.7. GOVERNMENT REMEDIES. The Contracting Officer shall follow FAR 52.212-4(a), Inspection and Acceptance Clause, for Contractor's failure to perform satisfactory services or failure to correct non-conforming services. 3.8. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE DURING EMERGENCY CAUSED BY NATIONAL DISASTER. If circumstances require rescheduling, the Authorized Government Representative will schedule with the Contractor completion of services at the earliest convenience to the Government. 3.9. WORK SCHEDULE. The Contractor shall submit to the Contracting Officer and Authorized Government Representative a service schedule within fifteen (15) calendar days of contract award showing specific dates, days, and times work is to be accomplished, including a rain make up day. This schedule is subject to approval by the Authorized Government Representative. All work for each building shall be completed within three (3) calendar days from start of work, per their scheduled start date. Contractor shall complete work for all buildings within fifteen (15) days of start of biannual cleaning sessions unless the Contracting Officer agrees to extend completion due to unforeseen circumstances. Contractor shall notify Contracting Officer of any changes to the schedule (i.e.: equipment failure, labor problems, unsafe weather, etc.), in writing, stating the cause of the delay. 3.10. PLACE OF PERFORMANCE. The Contractor shall perform the required services at Amarillo VA Health Care System (AVAHCS), 6010 Amarillo Blvd., West, Amarillo, Texas 79106. Contractor personnel shall comply with all facility safety and security regulations, as well as, the health, safety, and security provisions of the contract. Contractor personnel shall report security or safety problems to the Contracting Officer, Contracting Officer s Representative (COR,) and/or Police Service as appropriate. 3.11. HOURS OF OPERATION. All interior work shall be accomplished between 0800 and prior to 2200, as coordinated with the COTR. Exterior work shall be accomplished during daylight hours. Administrative hours at the AVAHCS are 0700-1630, Monday through Friday. 3.11.1 HOLIDAYS AND VACATION. The Contractor will not normally be required to work during the following holidays. If performance is required for these holidays, it will be approved and scheduled in advance with the Authorized Government Representative. New Year's Day January 1 Martin Luther King Day Third Monday of January President's Day Third Monday of February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday of September Columbus Day Second Monday in October Veteran's Day November 11 Thanksgiving Fourth Thursday in November Christmas December 25 If the holiday falls on a Saturday, it is observed on the preceding Friday. If the holiday falls on a Sunday, it is observed on the following Monday 3.12. CONSERVATION OF UTI LI TI ES. The Contractor shall assure its employees practice energy conservation to include all government furnished utilities. Exhibits 1: AVAHCS WINDOW COUNTS. The AVAHCS is in the process of constructing additional buildings on the campus to be service. The Government reserves the right to add the new buildings to this list as they are occupied for use, and may remove buildings from service. The Government will confirm with the Contractor the total count of windows to be cleaned in advance of each bi-annual cleaning. Amarillo VAHCS Window Count Building # (Name) Floor(s) Single Pane Double Pane w/Blind/ swing-out Glass Block 70-160 blocks Single Door Double or Accordion* Door 1-Main 1 0 78 0 0 1-Main 2,3,4,5 0 302 0 1 4-EMS N&F 1 0 24 1 1 4-EMS N&F 2 0 36 0 0 4-Chapel* 2 4 0 0 0 7-OIT B 0 20 0 2 7-OIT B 0 10 1 0 7-OIT 1 0 10 1 0 7-OIT 2 0 15 1 0 8-Fis/Log 1 21 0 3 0 9-HR 1 22 0 0 1 10-Con/Tel 1 24 0 0 1 11-Boiler Plant B 17 0 0 0 11-Boiler Plant 1 18 0 4 2 11-Boiler Plant 2 18 0 0 0 12-Warehouse 1 14 0 0 0 13-Eng Shops 1 3 0 0 0 14-Eng? 1 15 8 0 1 19-Eng? 1 15 0 0 0 26-Chiller Plant 1 4 0 0 0 28-Clinical 1 177 28 14 2 28-Clinical 2,3,4 8 71 0 0 28-Breezeways 1 28 0 0 0 28-Breezeways 2,3,4 84 0 0 0 29-CLC B 4 114 0 0 29-CLC 1 2 70 3 2 29-CLC 2 2 69 2 0 32-Grounds 1 5 0 0 0 33-Med Arts 1 49 0 1 2 34-Eng 1 17 0 2 0 25-Lodge 1 14 0 0 1 44-Mental Health 1 60 0 2 1 44-Mental Health 2 60 0 2 1 45-MCCF HBPC 1 18 0 0 0 46-Specialty Care* 1 20 0 5 1 4 46-Specialty Care* 2 22 0 3 4 48-Primary Care* 1 44 2 0 48-Primary Care* 2 129 2 4 918 855 42 30 2: PERFORMANCE REQUIREMENT SUMMARY: EXHIBIT 2 REQUIRED SERVICE STANDARD Clean glazed surfaces inside & out including glazed inserts, frames, sills, inside & out sashes, insect screens, interior blinds, solar screens, solar film, and storm windows. Removal of all residual tar, gum, paint, water proofing compounds, dirt and soil of other substances which may be found. Screens and safety bars removed for cleaning replaced and securely fastened. Removal of material and equipment. Materials and equipment will be removed from the facility at the end of each workday. All empty containers, boxes etc., will be removed to a designated receptacle. Safe preparation and use of materials and equipment. Materials will be prepared according to manufacturer s recommendations, and equipment used for the purpose for which it was primarily designed. Warning signs and protective barriers. Signs placed in all directions to warn others in the area of performing work 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 VA property, equipment, facilities, etc. Work to be performed to preclude damage to or disfigurement of VA-owned furnishings, fixtures, equipment and architectural or building structures. Repaired damage. All damages caused by the Contractor s personnel repaired to previously existing condition. Adherence to policies, procedures and mandatory directives, safety and fire regulations. Contractor to follow policies, procedures, and mandatory directives and safety and fire regulations. Contractor's personnel wear appropriate clothing or uniforms and observe good personal hygiene. All employees will wear clothing or uniforms, clean and free from body odor and in good repair. Employees are to be neat and clean. Quality control program Contractor has a written program to assure that the requirements of this contract are provided as specified Approved materials, equipment, tools, and cleaning chemicals. Equipment, tools, materials, and cleaning chemicals to be approved prior to their use under this contract, be properly marked and have MSDS on all cleaning chemicals. Key control. All keys shall be controlled as specified in this contract. Space, premises and utilities are conserved and protected. Contractor to maintain the space assigned. Contractor to operate under conditions which preclude the waste of utilities. Normal facility functions not interfered with. Work of the Contractor to be coordinated to prevent conflicts with treatment of the patient and the functioning of the facility. No medical apparatus moved without prior approval. Daily reports of area to be serviced. Project manager to submit the areas or rooms planned for service each workday. Safe equipment use. Proper use of belts, ropes, hoists, saddles, hardhats, goggles, masks, protective clothing, rigging, etc. Initial training and orientation of employees. Documented training and initial orientation completed prior to employee performing work. Project Manager. Assigned competent person to manage all aspects of the work and given appropriate authority. Correction of noted cleaning deficiencies. Re-clean where deficiencies have been identified; re-cleaning to take place within two workdays of identification of deficiency. Submission of required reports. Reports submitted on time. END OF STATEMENT OF WORK SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price listed for the base, option years, overall total price, the six-month extension (which will be exercised at the government s discretion), name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All questions must be emailed to Victoria.Rone3@va.gov and Rastreva.Upshaw@va.gov, no later than Tuesday, July 17, 2018 Noon CST. The subject line must specify (36C25718Q9659 Window Washing Services). All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received no later than Tuesday, July 31, 2018, Noon CST. Email your quote to Victoria.Rone3@va.gov and Rastreva.Upshaw@va.gov. The subject line must specify (36C25718Q9659 Window Washing Services). There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Service Contract for Window Washing Contract Period: Base September 1, 2018 To August 31, 2019 1.00 YR $_________ $_________ 0002 Service Contract for Window Washing Contract Period: Option 1 September 1, 2019 To August 31, 2020 1.00 YR $_________ $_________ 0003 Service Contract for Window Washing Contract Period: Option 2 September 1, 2020 To August 31, 2021 1.00 YR $_________ $_________ 0004 Service Contract for Window Washing Contract Period: Option 3 September 1, 2021 To August 31, 2022 1.00 YR $_________ $_________ 0005 Service Contract for Window Washing Contract Period: Option 4 September 1, 2022 To August 31, 2023 1.00 YR $_________ $_________ GRAND TOTAL $_________________ SIX- MONTH EXTENSION - PRICE/COST SCHEDULE (IN ACCORDANCE WITH FAR 52.217-8 OPTION TO EXTEND SERVICES) ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 Service Contract for Window Washing Contract Period: 6.00 Months $________ $_________ SIX MONTH EXTENSTION TOTAL $_______________ WAGE AND DETERMINATION These services may be subject to the Wage Determinations Under U.S. Department of Labor the Service Contract Act Employment Standards Administration: WD 15-5214 (Rev.-5) was first posted on www.wdol.gov on 01/16/2018 (State: Texas - Area: Texas Counties of Armstrong, Carson, Oldham, Potter, Randall) - https://www.wdol.gov/sca.aspx The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q9659/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718Q9659 36C25718Q9659.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4458093&FileName=36C25718Q9659-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4458093&FileName=36C25718Q9659-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718Q9659 36C25718Q9659.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4458093&FileName=36C25718Q9659-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Amarillo VA Health Care System;6010 Amarillo Blvd, West;Amarillo, Texas,
- Zip Code: 79106
- Zip Code: 79106
- Record
- SN04978084-W 20180705/180703230833-8848db38dc686112fe9d69f7c4bb97db (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 |