Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
MODIFICATION

79 -- Janitorial Services

Notice Date
8/15/2005
 
Notice Type
Modification
 
NAICS
561720 — Janitorial Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Contracts & Procurement, William J. Hughes Technical Center Atlantic City International Airport, Atlantic City, NJ, 08405
 
ZIP Code
08405
 
Solicitation Number
HSCEAM05R00033
 
Response Due
9/1/2005
 
Archive Date
9/16/2005
 
Point of Contact
Steve Davis, Contract Specialist, Phone 609-813-3423, Fax 609-813-3446, - Steve Davis, Contract Specialist, Phone 609-813-3423, Fax 609-813-3446,
 
E-Mail Address
steve.l.davis@secureskies.net, steve.l.davis@secureskies.net
 
Small Business Set-Aside
Total Small Business
 
Description
Description This is a combined synopsis/solicitation for Janitorial Services prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; No written solicitation will be issued. Solicitation Number HSCEAM-05-R-00033 is used for reference purposes. This is a 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS code for this action is 561720. One contract is anticipated to be awarded as a result of this synopsis. The period of performance is planned for Oct 1, 2005 through September 30, 2006 with four one- year option periods from October 01, 2006 through September 30, 2010.The Department of Homeland Security has a requirement for the following service: Janitorial services for approximately 15,500 sq. ft of space at the Federal Air Marshal Service Las Vegas Field Office. The attached statement of work sets forth the contract performance requirements for the janitorial services to be provided at the Federal Air Marshal Service Las Vegas Field Office. CLIN 0001, Base year 12 MO., $______________per year, CLIN 0002, Option year one,12 MO, $______________per year, CLIN 0003, Option year two, 12MO, $_________________ per year, CLIN 0004, Option year three, 12 MO, $______________per year, CLIN 0005, Option year four, 12 MO, $_________________per year. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offers Commercial Items, the offeror shall submit with its proposal at least 3 completed contracts for the same/similar service, which were completed within the last 5 years prior to the date specified herein for the receipt of offers. This requirement applies to contracts over $5,000.00, and shall include contracts/orders with Federal agencies, state and local government agencies and commercial customers. For each contract/order listed pursuant to the above, the offeror shall include the following information: (1) Name and address of the contracting government activity, or the name and address of the commercial customer. (2) The name of the Administration Contracting Officer (ACO), and his or her telephone number (3) The contract/order number or other means of document identification if no contract/order number was assigned. (4) The total dollar value of the contract. (5) A description of the service provided under the contract. (6) The duration of the contract (measured from the contract award date to the final day of contract) This information will be used to evaluate the offerors past performance; FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: The government will evaluate the proposals based the following technical factors: (a) Demonstrated Ability to Perform Work (b) Management Plan, (c) Past Performance.. Technical Capability and Past Performance when combined are equal to price; FAR 52.212-3, Offeror Representations and Certifications Commercial Items ? Offerors shall include a completed copy of this provision with its offer; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; The following addenda has been attached to the clause - FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.217-5, Evaluation of Options, FAR 52.232-18 Availability of Funds; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies, FAR 222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment, FAR 52.222-44, Fair Labor Standards Act and Service Contract Act- Price Adjustment, FAR 52.225-1, Buy American Act; FAR 52.225-13, Restriction of Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Offers in response to this combined synopsis/solicitation are due not later than , 01 Sept 2005, 1:00 p.m., EST time at: Federal Air Marshal Service, Contracts and Procurement Branch, Williams J. Hughes Technical Center, Building 202, Atlantic City Int?l Airport, NJ 08405, Attn: Steve Davis. Firms offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition, please contact Steve Davis at 609-813-3423 or email, steve.l.davis@secureskies.net. Quoters may quotes via e-mail, however, facsimile copies are acceptable at 609-813-3300. THE FOLLOWING STATEMENT OF WORK SETS FORTH THE CONTRACT PERFORMANCE REQUIREMENTS FOR THE JANITORIAL SERVICES TO BE PROVIDED AT THE FEDERAL AIR MARSHAL SERVICE LAS VEGAS FIELD OFFICE: I. SCOPE: These specifications are intended to outline the minimum requirements for janitorial services at the DOT/TSA/FAM LAS VEGAS Field Office consisting of approximately 15,500 sq. ft. of space. II. GENERAL INFORMATION: For the protection of the building and the equipment plus facilitation of the business to be conducted as well as the public image of the facilities, FIRST QUALITY CLEANING will be required. Hasty and careless performance of the work will not be tolerated. Dirt in corners, mop and wax splashes on the baseboards, wax over gum or dirty spots, dirty toilet fixtures, or unsightly areas will be considered as UNSATISFACTORY WORK. A neat, clean appearance is to be maintained in all areas at all times except when work is actually being accomplished. All services specified in these requirements shall be performed in accordance with the cleaning quality standards of this contract. Chemical solutions or wax deposits getting on equipment or furniture or drained through floor openings must be removed by the Contractor. If the surfaces upon which materials were deposited are damaged, the Contractor shall be required to refinish or restore them at his/her expense. This requirement is applicable to the exterior of the building during the washing of the outside windows. III. WORK REQUIREMENTS: The determination of the total man-hour requirements for the performance of all services herein specified, as well as all cost factors, is the sole responsibility of the bidders. The hours when services are to be performed are between 0900-1600 Monday thru Friday excluding Federal holidays. TSA employees performing official duties during the time contract work is being done will occupy some areas. Electrical power will be furnished by the Government at existing power outlets for the operation of such equipment as is necessary to perform janitorial contract services. The Contractor shall use receptacles in walls ONLY throughout the facility. Care shall be exercised when operating vacuum cleaners, buffers, mops, etc., around all equipment within the office and gym. Hot and cold water and utility sinks will also be made available to the Contractor for the performance of work. IV. SERVICES TO BE PERFORMED AT THE FAM FIELD OFFICE: A. DAILY ? 5 days per week (Monday through Friday excluding Federal Holidays) between 0900-1600. (1) Vacuum and spot clean all carpeted floors. (2) Sweep and damp mop all tile floors both ceramic and vinyl. (3) Empty all trash containers throughout the building and replace liners. (4) Clean and sanitize restrooms/showers, washbasins, toilets, urinals, showers stalls, mirrors, etc. Spot clean all hand and foot marks on walls, stalls, and floors in restrooms/showers. Replenish restroom supplies. Solution to be used for scrubbing and damp mopping in all restrooms shall contain disinfectant as well as cleaner/detergent/water mixtures. Deodorant blocks are to be used in restrooms and gym. (5) Wipe clean counter tops, tables and scour sink in break room. (6) Wipe down and sanitize gym equipment with disinfectant. (7) Sweep outside entry at main entrance of office in front of door. (8) Spot clean the inside windows and the individual glass panels in the offices. B. WEEKLY: Dust all horizontal surfaces including desks, chairs, file cabinets, and other types of office furniture and equipment, ledges, windowsills, etc. D. MONTHLY: (1) Spot wax, as needed, mop, and buff tile floors in the unisex bathroom and break room. (2) Dust window coverings, blinds, shades, etc. (3) Wash tile walls in restrooms including shower stalls with hot soapy water or appropriate cleaning sterilizing solution. (4) Damp mop and buff all vinyl tile floors. E. QUARTERLY: (1) Clean all walls in administrative spaces. Note areas needing touch-up and/or repair. F. SEMI-ANNUALLY: (Twice per year) (1) Clean areas around air conditioning outlets and return air grilles to include vacuuming any dust build-up. (2) Extraction carpet cleaning throughout the facility G. ANNUALLY: (1) Strip, wax, and buff vinyl tile areas in unisex bathroom and the break room. The Contractor shall use the least abrasive pad (fine grade) as possible; operate stripping machinery at slow speeds (preferred speed 175-190 revolutions per minute (RPB), not to exceed 1700 RPM). The Contractor shall also strip only the wax coating from the floor tile, excessive stripping of the floor tile surface is prohibited and the floor surfaces will not be dry cleaned or buffed. (2) Damp clean all lighting fixtures, exposed pipe and duct work, high files, window and door frames and casings; dust walls and other objects, floor to ceiling, and all high horizontal and vertical surfaces, walls and other objects, floor to ceiling. H. AS REQUIRED: VI. SPECIAL SERVICES REQUIRING DAILY POLICING AND PERFORMANCE: A. Remove cobwebs from all areas of building, when readily detectable. B. Remove all dirt, dust and other foreign matter, when readily detectable, from all exposed surfaces of supply and return air grills and louvered floors by vacuuming or wet wiping. VII. SAFETY AND FIRE PREVENTION: A. The Contractor shall be responsible for instructing his/her employees in appropriate safety measures. Employees must not place mops, brooms, machines, and other equipment in traffic lanes or other locations in such a manner as to create safety hazards. Signs to indicate wet floors shall be used. Such signs shall be displayed at all times in all areas where cleaning operations are in progress which necessitate the use of any equipment or supplies such as buckets, wires, ladders, water, wax, etc. which could cause a traffic obstruction or personal hazard. Contractor?s employees shall be required to interrupt their work to allow passage of personnel, equipment or carts. When the cleaning of a public traffic area (i.e. lobbies or corridors) results in the temporary hazard of wet/slippery floor, housekeeping personnel will use parallel wet mopping or cleaning procedures. B. Fire prevention shall be exercised at all times by the Contractor?s employees. Janitor closet, etc., shall be kept clean and free from odors and fumes. All combustible material shall be used and stored in a safe manner. Contractor shall report to the COR any fire hazards, and if possible, correct them. C. Contractor shall be responsible for maintenance and up keep of the MSDS forms and chemical list for all chemicals used and stored on site. VIII. SECURITY REQUIREMENTS A. The Contractor will insure that each employee completes the appropriate security forms required by FAA, Civil Aviation Security Division, ASW-700, in order to conduct local background check and appropriate national agency check(s). If the background security check reveals that the employee does not meet FAA?s suitability standards, he/she will not be allowed to work at the FAA facility. ASW-700 will notify the contracting office prior to notifying the Contractor to remove the employee from the facility. B. After business hours, shut off lights, fans, and take other security measures as directed, or as applicable. After business hours, upon completion of duties, ensure that all means of egress are securely locked and latched. The Contractor will be responsible for all lost articles found by his/her employees being turned in at a location designated by the COR. C.Contractor employees shall not disturb paper on desks, open desk drawers or cabinets, or use government telephones, except for brief and infrequent local calls as absolutely necessary. Contract employee will at no time use or linger around computers. IX.PERSONNEL TRAINING: A. The Contractor will be responsible for the training of her/his employees in the following areas: (1) Proper use and handling of contract specified and approved detergents, supplies, and equipment. (2) Care and maintenance of Contractor and Government furnished property. (3) Familiarization with fire prevention and safety procedures. (4) Familiarization with applicable FAA policies/regulations and their effect of housekeeping services. (5) Contractor will be responsible for proper training in OSHA guidelines with regard to duties preformed and use, storage, maintenance of hazardous chemicals. X.TRASH DISPOSAL: A. All wastebaskets and other trash containers within the area shall be emptied and returned to their initial location. Boxes, cans, and papers placed near a trash receptacle and marked ?TRASH? shall be removed. Any obviously soiled or torn plastic trash receptacle liners in such receptacles shall be replaced. Trash shall be disposed of in plastic bags and secured with bag ties. The Contractor shall pick up any trash that may fall onto the facility grounds during the removal of such collected trash. The trash shall be removed from the site daily, Monday through Friday, five days a week and deposited in the container located behind the office building. XI. SUPPLIES AND EQUIPMENT: A. CONTRACTOR FURNISHED: (1) The Contractor shall furnish all janitorial supplies such as cleaning equipment, soap, wax (shall be non skid), mops, brooms, and all equipment such as floor machines. Contractor shall furnish toilet supplies such as disinfectants, urinal cake disinfectant, paper towels, toilet tissue, liquid hand soap, lamps, fluorescent tubes and starters, and trash bags. GOVERNMENT FURNISHED: 1. Government will furnish all utilities and water needed to carry out these requirements for cleaning. XII. LOSS OF CONTRACTOR?S SUPPLIES, ETC. The Government will not be responsible for the damage and/or loss to the Contractor?s stored supplies, materials, equipment, or personal belongings of the Contractor?s employees. All storage space, closets, and sinks will be kept in a clean, odor-free and sanitary condition at all times. Failure to do so may result in the withdrawal of the privilege of using them. 1.The Item Description is updated to include the following information: How many square feet of carpeted area? Approximately 12,639 square feet (including carpet in restroom locker areas) How many square feet of bathroom space (men and women's combined)? Approximately 1,328 square feet (including unisex restroom of 64 square feet) How many square feet of vinyl flooring? Approximately 563 square feet of vinyl includes janitor's closet, telco room, break room, safe room. The gym floor area is approximately 1,557 square feet, which includes +/- 528 square feet of the CQC mats How many square feet of tile in bathrooms? Approximately 1,264 square feet of ceramic tile in the restrooms (does not include wainscot and wall tile for showers) Also there is approximately 144 square feet of tile at the entry / foyer. What kind of tile in bathrooms? There are various sizes, but the majority is glazed ceramic tile manufactured by Daltile. How many air conditioning outlets? There are 14 HVAC units; approximately 96 supply grills; 16 return air grills; 10 exhaust fans. The return air grills are our responsibility to maintain and change once every 2 months. How many air grills? Approximately 96. 2. The closing date for receipt of offers remains the same.
 
Place of Performance
Address: Las Vegas, NV
Zip Code: 89118
 
Record
SN00870246-W 20050817/050815211512 (fbodaily.com)
 
Source
FedBizOpps.gov 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.