Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2020 SAM #6777
SOURCES SOUGHT

S -- Window Cleaning Services

Notice Date
6/17/2020 11:28:34 AM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
 
ZIP Code
85212
 
Solicitation Number
36C25820Q0233
 
Response Due
7/4/2020 3:30:00 PM
 
Archive Date
09/02/2020
 
Point of Contact
Tammy Perrine, Contracting Specialist, Phone: (520)629-4712
 
E-Mail Address
tammy.perrine@va.gov
(tammy.perrine@va.gov)
 
Awardee
null
 
Description
Page 22 of 23 PERFORMANCE WORK STATEMENT TITLE: Interior and Exterior Window and Screen Cleaning Services (SAVAHCS) DESCRIPTION: The contractor shall provide all management, tools, supplies, equipment and labor necessary to ensure that interior and exterior window and screen cleaning services are performed at Southern Arizona VA Health Care System (SAVAHCS) 3601 South 6th Ave Tucson AZ 85723. The contractor shall furnish all labor, supervision, management, support, transportation, supplies, equipment, and materials except Government furnished space and utilities as identified in these specifications, necessary for accomplishment to ensure that interior and exterior window and screen cleaning services are performed at Southern Arizona VA Health Care System (SAVAHCS) in a manner that will maintain a neat and professional appearance. In addition to these services, the Contractor shall provide all incidental cleaning functions not specifically listed but normally included as general practice within the window cleaning maintenance industry. CONTRACTOR OCCURANCE & HOURS: Services are required twice annually, during a normal work week of Monday Friday, 8am 4:30pm. The schedule shall be coordinated with the Contracting Officers Representative (COR) or designee at SAVAHCS. CONTRACT AWARD: The Government contemplates award of a Firm Fixed-Price Requirements Contract resulting from this solicitation. Contract will be a base plus one (1) four years. SECTION 1 - SCOPE OF WORK CONFORMITY TO REGULATIONS Contractor follows policies, procedures, mandatory directives, safety and fire regulations and all required OSHA rules and regulations as well as those in place at SAVAHCS. The Contractor shall conform to all regulations, Federal, State and local, governing examining and licensing of window maintenance operators, performance of window cleaning maintenance, use of chemicals, and equipment which may be in effect in the area in which the work under the contract will be performed. CONTRACTOR EXPERIENCE The Contractor shall have commercial experience in providing interior and exterior window and screen cleaning services. SUPERVISION BY CONTRACTOR: The Contractor shall provide a point of contact and a designated alternate who competent to supervise all aspects of the contract and shall be available, on site, within 24 hours of notification during performance of contract work.. The CO and COR or designee must be provided with the contact info where the point of contacts can be reached during normal business hours and off duty hours within 15 days after award. The same information will be provided for an alternate when the manager is not available. The Contractor is responsible for the effective implementation of their Quality Control program and shall be responsive to the requirements of the Government s Quality Assurance Plan conducted by the COR. TRAINING: Contractor must ensure personnel are trained, compliant and qualified in the accordance with Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), VA, and VHA requirements. UNIFORMS AND EMPLOYEE IDENTIFICATIONS Contractor shall ensure that personnel assigned to the performance of this contract 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. Contractor shall ensure that uniforms are clean and maintained in good repair. Contractor shall ensure its personnel wear a Contractor-provided, clearly readable name identification device consisting of the employee's name and the company name. In special sanitation or isolation situations, Contractor 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. All other safety, equipment, and protective clothing shall be provided and maintained by the Contractor at the Contractors expense. Personal Hygiene. Contractor personnel shall be clean and neat in appearance. CONTRACTOR PERSONNEL PHYSICAL EXAMINATIONS: The contractor will be responsible for any physical examinations and emergency medical care of personnel. Contractor s personnel who acquire a communicable illness must not perform service under the contract and must be free of illness before returning to work. QUALITY CONTROL AND QUALITY ASSURANCE FOR CONTRACT SERVICE: Quality Control. The Contractor shall have a Quality Control program to assure that the requirements of the contract are provided as specified. One copy of the Contractor s basic Quality Control Program shall be available for review by the COR or designee. Subsequent changes to the approved Quality Control Program must also be reviewed and approved by the COR or designee. The program shall include, but not be limited to the following: An inspection system covering the performance indicators given in Section 7, of the Quality Assurance/Performance Requirements summary. A method for identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. A file of all quality control inspections, inspection results, and any corrective action required shall be maintained by the Contractor throughout the duration of this contract. This file shall be the property of the Government and shall be available to the COR and Co-COR during normal working hours. The file shall be turned over to the Government within 14 days of completion of termination of the contract. Quality Assurance. The Government will monitor the Contractor s performance under this contract using the Quality Assurance Procedures outlined in Section 7. Assessments may be made monthly by the Government in accordance with stated limits on discrepancies. Copies of the Contractor s licenses by the state and local municipalities where the work is being performed. Copies of applicable certification or recertification in accordance with federal, state and local municipalities where the work is being performed. PERFORMANCE EVALUATION MEETINGS: Contractor s point of contact shall meet with the COR or designee quarterly, unless more often is deemed necessary by the COR or designee. A mutual effort will be made to resolve all problems identified. The COR or designee will prepare written minutes of these meetings. CORRESPONDENCE. All correspondence relative to this contract shall bear the VA contract number, title, and name of the VA medical center, and shall be addressed to the COR or designee with a copy to the CO. DAMAGE AND EQUIPMENT LOSS: All tasks accomplished by Contractor s personnel shall be performed to preclude damage or disfigurement of Government-owned furnishings, fixtures, equipment, and architectural or building structures. The Contractor shall verbally report immediately to the COR or designee, any damage or disfigurement to these items when caused by Contractor s personnel. Any damage caused to Government property during the Contractor s performance of work under the contract shall be repaired or replaced to preexisting conditions at Contractor s own expense. INTERIOR AND EXTERIOR WINDOW AND SCREEN CLEANING SERVICES: Provide interior and exterior window and screen cleaning services to SAVAHCS at 3601 S. 6th Avenue, Tucson, AZ 85723. SAVAHCS has an estimated 116 acres with approximately 978,919 square feet of building space, that includes multi-story buildings. SCHEDULE: Schedule: The Contractor is responsible for establishing cleaning schedules to meet the needs of the SAVAHCS. Routes and schedules must be submitted to the COR and must be approved prior to the Contractor starting work. During the cleaning process, the Contractor shall submit a daily schedule of areas to be serviced in advance for each workday. The contractors cleaning schedule indicates the basic cleaning frequencies, however, the Chief, Environmental Management Services must approve station sequence of window cleaning. Contractor shall check-in and checkout daily with assigned COR/ Housekeeping Manager. National Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. The contractor shall not work on these observed holidays. Inclement Weather Schedule. The Contractor is responsible to reschedule during periods of inclement weather. When exceptions are granted, the Contractor is responsible for making up all missed services within 24 hours after the severe weather has terminated, unless the COR authorizes additional time. JOB WORK SCHEDULE. The Contractor shall adhere to the approximate cleaning dates listed on their provided work schedule. This equates to one complete cleaning (JOB) every four months. The Contractor shall notify the Contracting Officer s Representative (COR) at least seven (7) days in advance of any deviations. Each scheduled cleaning 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. BUILDING SECURITY Keys: The Government shall provide the Contractor access to all buildings and rooms required to perform this contract. The Contractor shall not remove any keys it is provided from the premises of the Medical Facility, and shall not duplicate, or issue a key 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 shall notify the Contracting Officer s Representative (COR) of any lost or suspected lost key within 24 hours of discovery. Contractor shall ensure that its personnel do not lend keys or open locked rooms or areas to permit entrance by persons other than Contractor personnel performing assigned duties. The Contractor shall ensure that all rooms found locked are not 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 COR in which Contractor personnel must immediately notify the COR or Security/Hospital Police if a door is found unlocked. The Contractor shall ensure that its personnel turn off all lights in unoccupied areas, unless otherwise directed. Contractor shall ensure that its personnel close any windows they open before leaving the area. The Contractor shall notify the COR if any difficulty is encountered in keeping areas locked. The Contractor shall comply with all security clearances or access controls. Contractor shall ensure that all lost articles found by the Contractor in the areas under the jurisdiction of the Government are turned in to the COR for review. INTERFERENCE TO NORMAL FUNCTION. Contractor shall interrupt its work as needed to avoid interference with patient care procedures and the normal functioning of the facility, including utility services, fire protection systems and passage of facility patients, personnel, equipment, and carts. PHASE-OUT PLAN. The Contractor shall have a phase out plan. This plan shall describe the Contractor s methods and procedures to ensure smooth and uninterrupted service at contract expiration date for a period not to exceed 90 days. The Contractor shall fully cooperate with the successor Contractor and the Government so as not to interfere with their work or duties. CIRCUMSTANCES TO BE REPORTED. The Contractor shall report any circumstances, which may affect the performance of the work and unhealthy or hazardous conditions or any delays or interference with work. Such reports shall be made immediately upon discovery by the Contractor to the COR or designee by phone and a follow- up email. SECTION 3 - GOVERNMENT FURNISHED PROPERTY AND SERVICES Materials: The Government will provide forms, publications and services specifically identified in this contract as Government furnished. The Government will provide facility passes for Contractor s employees as necessary to fulfill provisions of this contract. SECTION 4 - CONTRACTOR FURNISHED ITEMS Materials: Materials. Contractor shall furnish all materials necessary to perform the tasks specified in the contract except to the extent specified in Section 3, including use its own equipment (stepladders, buckets, boom lifts, etc.). Vehicles. The Contractor shall provide all required vehicles, vehicle fuels, lubricants, and repairs necessary to perform services under this contract. All vehicles to be used under this contract must be maintained in a safe and serviceable condition during duration of this contract. In addition, the vehicles must be kept clean (exterior and interior) with no unsightly residue of dirt, mud, trash, and other debris. Contractor shall not be relieved of his contract responsibilities due to vehicle breakdown or failure of vehicles to operate. Reports and Data. The Contractor shall provide, in writing, to the COR or designee the data and reports identified in Technical Exhibit Section 6. SECTION 5 - SPECIFIC TASKS PRIMARY TASKS. The Contractor shall perform the following tasks: Cleaning of all window/glass surfaces, exterior and interior. Cleaning of all screens Cleaning of frames, sills, and sashes. Cleaning of horizontal ledges of dust and debrief such as built-up dust insects and spider webs. Cleaning of building entrance and exit doors (Store Front Windows). Cleaning of building skylights. INVOICES. The contractor shall provide a report and invoice detailing service provided. Invoice total shall represent the total semi-annual charges for all services provided. TASK FREQUENCY. All services related to the interior and exterior window and screen cleaning services will be paid as part of the semi-annual base costs. All locations on the premises will be inspected to the satisfaction of the COR or designee (entire list attached below). TASK FREQUENCY LIST. 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, which require permanent adjustments in frequency or type of work to be performed will be coordinated with the Contractor prior to initiation of such a change. SECTION 7. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) The Government will use the following quality assurance surveillance plan (QASP) as a method to evaluate the contractor s performance of the contract requirements. The evaluation will be used to help determine the contractor s annual performance rating which will be completed using the Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov/. The Contractor shall correct any deficiencies in the services performed under this contract that are identified by the COR and/or Housekeeping Manager at no additional expense to the Government. Following the Contractor's corrective actions, the COR and/or his representative will re-evaluate such areas re-cleaning is required until the deficiency has been corrected. The contractor s performance will be measured using random sampling and periodic inspection surveillance methods.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c3b492692bbb4abdb13953d4286d7b51/view)
 
Place of Performance
Address: Department of Veterans Affairs Southern Arizona VA Health Care System 3601 S. 6th Ave, Tucson, AZ 85723, USA
Zip Code: 85723
Country: USA
 
Record
SN05694764-F 20200619/200617230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.