Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2009 FBO #2848
SOLICITATION NOTICE

S -- RECOVERY--S--Cleaning services and Graham Burke Pumping Plant, Mellwood, Arkansas.

Notice Date
9/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-09-Q-0048
 
Response Due
9/16/2009
 
Archive Date
11/15/2009
 
Point of Contact
Celestine Evans, 901-544-3184
 
E-Mail Address
US Army Corps of Engineers, Memphis District
(Celestine.G.Evans@mvm02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. CUSTODIAL SERVICES FOR GRAHAM BURKE PUMPING PLANT 1. SCOPE: This Performance Work Statement (PWS) sets forth requirements for custodial services at Graham Burke Pumping Plant. The plant consists of the main pumping station, one storage building, one maintenance building, asphalt parking lot and parking areas adjacent to the buildings (approximately 5,760 square feet). 2. APPLICABLE DOCUMENTS 2.1 OCCUPATIONAL SAFETY AND HEALTH ACT (OSHA) - Full compliance with Federal Law, DoD, Army Regulations requiring safety are applicable. All work under this contract shall comply with the latest version of the U.S. Army Corps of Engineer Safety and Health Requirements Manual, EM 385-1-1, and Occupational Safety and Health Act (OSHA) Standards in effect on the date of the solicitation. No separate payment will be made for compliance with EM-385-1-1, nor for compliance with any of the other safety-related special requirements. 2.2 ENVIRONMENTAL PROTECTION AGENCY (EPA) - Full compliance with environmental and hazardous waste management laws, rules, and regulations, when propagated by Federal Government, Federal agencies, the State of Arkansas and local Government. 3. REQUIREMENTS: The contractor shall provide all management, tools, equipment, and labor necessary to ensure that custodial services are performed at Graham Burke Pumping Plant, Mellwood, Arkansas. The contractor shall at all times provide adequate supervision of his employees to ensure complete and satisfactory performance of all work in accordance with the terms and conditions of the contract. Details as to the minimum frequency at which the services are to be performed shall be outlined by the Contractor and approved by the Contracting Officer prior to commencement of work. The contractor shall be required to assign, as a minimum, two (2) part-time employees, and shall specify the days and times those employees will work, except for weekend work. One of these employees shall be designated as a working foreman. The contractor shall ensure that substitute workers are available in the case of employee sickness or emergency. 3.1 WORK HOURS. Work shall be between 07:30 a.m. and 4:00 p.m., excluding national holidays. There will be periods of weekend work during the pumping season when it will be necessary for offices, kitchen and break room to be serviced as specified below. All work shall be coordinated with the Pumping Plant Superintendent to fit necessary custodial work hours on weekends during the pumping season. Weekend work could be anytime, typically between November and June, inclusive. 3.2 BASIC CLEANING SERVICES: All cleaning tasks shall be accomplished to meet the requirements of this PWS and approved QASP. The contractor shall maintain each facility to the standards established in this contract. Services listed below may not be required for some or any of the buildings listed in the schedules. The Government will furnish all cleaning supplies and electrical services. 3.2.1 Entrances. Entrances and porches shall be scraped and/or mopped to remove debris. Work shall include removal of all debris within ten (10) feet of all entranceways. Clean-up area shall be measured from building foundations to ten (10) feet outside perimeter. 3.2.2 Floors. All floors accessible to floor machines shall receive floor maintenance. After receiving floor maintenance, the entire floor shall have a uniform coating of nonskid floor finish, have a uniform, glossy appearance, and be free of scuff marks, heel marks, and other stains and discoloration. All floor maintenance solutions shall be removed from baseboards, furniture, trash receptacles, corners, wall abutments, baseboards and areas behind radiators and pipes etc. Chairs, trash receptacles and easily movable items shall be moved to maintain floors underneath these items. All moved items shall be returned to their proper position when all operations have been completed. Floor maintenance includes the techniques of sweeping, dust mopping, damp mopping, wet mopping, dry buffing, and spray buffing as required to achieve the above stated results. The techniques used depend upon the materials, equipment, and personnel used to do the job. The contractor needs to apply these techniques only to the portion of the floor needing work to bring the entire floor up to the standard unless it is necessary to apply the techniques to the entire floor to bring it up to the standard. Wax is applied to floor surfaces that have been cleaned. 3.2.2.1 Sweep/Dust Mop Floors. All accessible floor surface areas shall be swept or dust mopped. After the floor has been swept or dust mopped, the entire floor surface, including corners and abutments shall be free of litter, dust, and debris. Chairs, trash receptacles and easily movable items shall be moved to maintain floors underneath these items. All moved items shall be returned to their proper position when all operations have been completed. 3.2.2.2 Mop Floors. All accessible floor areas shall be damp and/or wet mopped. Chairs, trash receptacles and easily movable items shall be moved to maintain floors underneath these items. All moved items shall be returned to their proper position when all operations have been completed. After being mopped, the floor shall have a uniform appearance with no streaks, swirl marks, detergent residue, or any evidence of soil, stains, film debris, or standing water. There shall be no splash marks or mop streaks on furniture, walls, baseboards, etc., or mop stands remaining in the area. Do not mop wood or carpeted floors. 3.2.3.2 Walk-off Mats. The contractor shall vacuum/clean interior and exterior walk-off mats. After vacuuming or cleaning, mats shall be free of all visible lint, litter, and soil. Carpet style mats entrance mats shall be vacuumed to remove soil and dirt and to restore resiliency of the carpet pile. Rubber or polyester entrance mats shall be swept, vacuumed, or hosed-down and then dried to remove soil and grit. Soil and moisture underneath entrance mats shall be removed and mats returned to their normal location. 3.2.4 Stairways. All floor surfaces shall be maintained and all lint, dust, dirt, and debris removed. Grease and grime shall be removed from metal or rubber stair guards, handrails, and baseboards. The contractor shall remove all marks, dirt, smudges, scuffs, and other foreign matter from adjoining stairwell walls to provide or maintain a clean, uniform appearance. 3.2.5 Furniture and Upholstered Furniture. All horizontal surfaces, such as window sills, window blinds, hand rails, wood strips, door frames, exposed piping, light fixtures, covers and diffusers, ceiling and walls within six feet from the top of the finished floor shall be free of lint, dust, dirt, cobwebs, marks, finger prints, smudges, and other accumulated soils. Items on furniture tops are to be dusted and replaced, however, items on desktops such as papers are not to be disturbed. Upholstered furniture shall be free of dust, dirt, lint, other stains and discoloration and shall be kept free of all visible lint, liter, soil and imbedded grit. 3.2.6 Drinking Fountains. Clean and disinfect all porcelain and polished metal surfaces, including the cabinet, percolator orifices and drains. After cleaning, the entire drinking fountain shall be free from streaks, stains, spots, smudges, scale and other obvious soil. 3.2.7 Trash. All trash receptacles including all administrative and office areas shall be emptied and returned to their initial location with contractor provided plastic liners. Any obviously soiled or torn plastic trash receptacle liners in such receptacles shall be replaced. Boxes, cans, papers placed near a trash receptacle and marked TRASH shall be removed. All debris or liquids remaining in a trash receptacle due to a leaky plastic trash bag shall be removed. Trash shall be disposed of in a secured plastic bag. The contractor shall pick up any trash that may fall onto the facility or grounds during the removal of such trash collection. All refuse collected shall be disposed of in the nearest trash dumpster outside the building. Unless otherwise indicated, trash shall be emptied from all wastebaskets. Dirty trash receptacles shall be washed inside and out and shall be odor free. 3.2.8 Interior Glass Surfaces. Includes all glass partitions, walls, mirrors, and adjacent trim. It does not include glass surfaces that are an integral part of the outer wall of the building. After cleaning there shall be no traces of dust, dirt, smudges, film, tape, streaks, watermarks, or other foreign matter. 3.2.9 General Spot Cleaning. Contractor personnel shall perform spot cleaning on a continual basis. Spot cleaning includes, but is not limited to the removing of, or cleaning of smudges, fingerprints, marks, streaks, spills, etc., from washable surfaces of all walls, partitions, vents, grillwork, doors, door guards, door handles, pushbars, kickplates, and fixtures. Germicidal detergent shall be used in restrooms, lockerooms, break areas, and drinking fountains. After spot cleaning, the surface shall have a clean, uniform appearance; free of streaks, spots, and other evidence of removed soil. Janitors closets shall be kept neat and orderly with restocking materials and cleaning solutions. 3.3 CLEANING OF LATRINES: All cleaning tasks shall be accomplished to meet the requirements of this PWS and Technical Exhibit 1. The contractor shall maintain each facility to the standards established in this contract. This may require contractor services at more frequent intervals, such as re-supplying latrines to ensure adequate supplies are available. 3.3.1 Clean and Disinfect. Completely damp clean and disinfect all surfaces of mop sinks, wash bowls, toilet bowls and seats, urinals, lavatories, showers, shower mats, dispensers, plumbing fixtures, saunas, partitions, door, walls, polished exposed piping, mirrors, and other such surfaces, using germicidal detergent. Disinfect all surfaces of partitions, stalls, stall doors, entry doors (including handles, kickplates, ventilation grates, metal guards, etc.), and wall areas adjacent to wall mounted lavatories, urinals, and toilets. After cleaning, receptacles will be left free of deposits, dirt, smudges and streaks, soap film, dust, soils, graffiti, scum, and odors. All bright metal finishes such as faucets, pipes, fittings and hardware shall be kept in a bright and clean condition. 3.3.2 Descale Showers, Toilet Bowls, and Urinals. Services include cleaning and disinfecting as indicated in paragraph 3.2.1 above, which are performed prior to descaling. Descaling shall be performed as required, but at least monthly. After descaling, the entire surface shall be free from streaks, stains, scale, scum, urine deposits, mineral deposits, and rust stains. 3.3.3 Sweep and Mop Floor. After sweeping and mopping, the entire surface shall be free from litter, dust, and foreign debris, including grout. Grout on wall and floor tiles shall be free of dirt, scum, mildew, residue, etc. Floors shall have a uniform appearance without streaks, swirls, marks, detergent residue, or any evidence of soil, stain, film, or standing water. Easily moveable items shall be tilted or moved aside to sweep and damp mop underneath. Restroom floors shall be stripped, scrubbed, waxed, etc., as necessary, to maintain sanitary conditions and a clean, uniform appearance. Glazed ceramic tile is scrubbed only. 3.3.4 Remove Trash. All trash receptacles, to include those receptacles used for feminine hygiene waste, shall be emptied and returned to their initial location with contractor provided plastic liners. Any obviously soiled or torn plastic trash receptacle liners in such receptacles shall be replaced. Boxes, cans, papers placed near a trash receptacle and marked TRASH shall be removed. All debris or liquids remaining in a trash receptacle due to a leaky plastic trash bag shall be removed. Trash shall be disposed of in a secured plastic bag. The contractor shall pick up any trash that may fall onto the facility or grounds during the removal of such trash collection. All refuse collected shall be disposed of in the nearest trash dumpster outside the building. Unless otherwise indicated, trash shall be emptied from all wastebaskets. Dirty trash receptacles shall be washed inside and out and shall be odor free. 3.3.5 Re-supply Latrines. Contractor shall ensure restrooms are stocked so that supplies (paper towels, toilet paper, and soap) do not run out and that dispensers are in working order. At a minimum, each restroom will be stocked at the frequency established in Technical Exhibit 1. Supplies shall be stored in designated areas or off-site at contractors facility. No overstocking shall be allowed. If supplies run out prior to the next service date, the contractor shall refill within one day of notification. 3.4 PERIODIC CLEANING: 3.4.1 Strip, Scrub, Seal, and Wax Floors. The contractor shall strip, scrub, seal, and wax floors as necessary to maintain a uniform glossy appearance. The contractor shall perform all tasks associated with the stripping, scrubbing, sealing, and waxing of the floor surface.A non-skid wax is required. A uniform glossy appearance is free of scuff marks, heel marks, wax build-up, and other stains and discoloration. 3.4.2 Outside Cleaning. At various times during the year there may be a large, dead insect buildup under lights on all three buildings. Dead insects shall be removed from around the buildings and discarded in a proper place. Various Government equipment will be available to assist in the insect removal, i.e. front-end loader, wheel borrow, shovels, etc. 3.5 EMERGENCY OR SPECIAL EVENT CLEANING: 3.5.1 Emergency Cleaning. Upon notification by the Contracting Officer, the contractor shall respond within 1 hour. The contractor shall perform emergency cleaning required due to broken or leaking pipes, sinks, toilets or other occurrences requiring immediate corrective action to restore an area to its normal state of cleanliness and appearance. Emergency cleaning will be 100% inspected. 3.5.2 Special Event Cleaning. Special events may require an extra effort on the part of the contractor. These events include VIP visits, Inspector General team visits, and other events determined by the Contracting Officer. Cleaning services include any work identified above. The Contracting Officer will notify the contractor as soon as the requirement is known, but no less than 24 hours prior to the event. Notification may be verbal, followed by a delivery order. If the notification is written, the contractor shall date and initial the notification upon receipt, and if required, provide the Government a plan for completion of the special event cleaning within 1 workday. Special event cleaning will be 100% inspected. 3.5.3 Weekend Cleaning. There will be periods of weekend work during the pumping season when it will be necessary for offices, kitchen and break room to be serviced as specified below. All work shall be coordinated with the Pumping Plant Superintendent to fit necessary custodial work hours on weekends during the pumping season. Weekend work could be anytime, typically between November and June, inclusive. Weekend cleaning will be 100% inspected. 4. QUALITY CONTROL/QUALITY ASSURANCE: The contractor shall establish a quality control program to assure the requirements of the contract are provided as specified. The Contractors Quality Control Program shall be provided to the Contracting Officer in accordance with the Contract Report Requirements. 4.1 CONTRACTOR QUALITY CONTROL: The Contractor shall furnish a Custodial Inspection Report (Monthly Inspection Form to be submitted to and approved by Contracting Officer or his representative before use) containing a list of all services as required by this contract for each building/area receiving custodial services. The Contractor or his project manager shall conduct inspections at each building after completion of custodial services. Inspection shall occur not less often than once each cleaning day, to assure all elements or required services are properly performed and the building/area is being maintained at a level that meets the quality and performance standards of these specifications. The Contractors custodial personnel will initial the form upon completion of service each day, corresponding with the tasks they have individually performed that cleaning day. The Contractor or his project superintendent and supervisory personnel shall initial the form daily verifying the services performed were completed in accordance with and meet the quality and performance standards of these specifications. 4.1.1 Once a month (the first working day) the Contractors supervisory personnel shall post in each building or working area, at a location predetermined by the Contracting Officers Representative (COR) or the Governments Contract Inspector, a properly prepared inspection form. A properly prepared form shall show the building or area, all services to be performed during the month (weekly, monthly, or quarterly) and space for custodial and supervisory personnel to initial weekly to indicate that service was performed that day. Additionally, space shall be provided for the Contract Inspector to make periodic general comments concerning services performed. 4.1.2 The Contractor shall arrange the custodial inspection report, and any attached sheets, in numerical order by building number and deliver them to the responsible Contract Inspector no later than 4:00 p.m., the fifth work day of each month. These forms shall be used to substantiate the Contractors monthly invoice for services rendered. Each completed form shall be endorsed by the Contractor or his duly authorized representative with the following statement: I certify all services were performed in accordance with, and meet the quality and performance standards of the specifications and all other terms and conditions of this contract. All technical questions shall be emailed to Celestine Evans @ celestine.g.evans@usace.army.mil NLT 14 September 2009 @ noon CST. CONTRACT CLAUSES. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to OfferorsCommercial Items. The Provisions at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation and blanks in (a) are to completed as follows: technical ability and price with technical capability being greater in importance than price. FAR 52.212-3 Offeror Representation and CertificationsCommercial Items. FAR 52.212-4 Contract Terms and ConditionsCommercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11, American Recovery and Reinvestment ActReporting Requirements; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action For Workers With Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52-217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.252-2 Clauses to Incorporate by Reference; 52.228-5, InsuranceWork on a Government Installation; 52.237-1 Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-09-Q-0048/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN01946546-W 20090911/090910000118-9eb2d0e2a9abcc9520af0be380e75d74 (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.