Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOLICITATION NOTICE

S -- Janitorial Services - SF1449

Notice Date
7/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Puerto Rico Office, IBM Building, 6th Floor, 654 Munoz Rivera Avenue, Hato Rey, Puerto Rico, 00918-4123
 
ZIP Code
00918-4123
 
Solicitation Number
NRCS-PR-S-11-003
 
Archive Date
8/27/2011
 
Point of Contact
Oriel Velez, Phone: 7877665206
 
E-Mail Address
oriel.velez@pr.usda.gov
(oriel.velez@pr.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP Solicitation Janitorial Services SF 1449 The USDA Natural Resources Conservation Services has a requirement for routine janitorial services of approximately 1,800 sq ft. The service to be provided is located at 2200 Pedro Albizu Campos, Office #22, #23, #24, Tropical Agricultural Station, Mayagüez, Puerto Rico. This contract will be a Service Contract. The Government contemplates the award of a firm fixed price as a result of this solicitation to a company registered and located in Puerto Rico that provides janitorial services to the Mayaguez City area. The initial contract period will be for one year and the government may, at its option, extend the contract a a maximum of five years by exercising each of the four year renewal options subject to availability of funds. I.DESCRIPTION / SPECIFICATIONS / WORK STATEMENT A. SCOPE OF WORK USDA NRCS requires routine janitorial services for the Mayaguez Offices. The areas to be covered by these services are three independent NRCS offices adjacent one another at approximately 600 sq ft each. These are the Mayaguez Field Office, Ecological Science and the MLRA Office. The Contractor shall provide the equipment and labor necessary to ensure that janitorial services are performed in a manner that will maintain a satisfactory facility condition and present a clean, neat and professional appearance as specified in paragraph E of this section. B. GENERAL REQUIREMENTS The contractor shall furnish all labor, supervision, equipment, transportation, quality control, and supplies necessary (except those identified as government supplied) to satisfactorily perform the services specified in paragraph E to acceptable standards. It is intended that the services will include, whether or not specifically listed, all functions normally considered a part of commercial janitorial work. The Contractor shall make careful selection of janitorial cleaning products and equipment to: 1. Use products that are packaged ecologically; 2. Use products and equipment considered environmentally beneficial and/or recycled products that are phosphate free, non corrosive, non flammable, and fully biodegradable; and 3. Minimize the use of harsh chemicals and the release of irritating fumes. (Examples of acceptable products may be found www.gsa.gov/p2products) The Contractor shall select paper and paper products (i.e., bathroom tissue and paper towels) with recycled content conforming to EPA's CPG. The Government will furnish utility services at existing outlets, for use in those facilities provided by the Government and as may be required for the work to be performed under the contract: electricity, fresh water, sewage service, and refuse collection (from existing collection points). Information concerning the location of existing outlets may be obtained from the Contracting Officer. Utilities specified above will be furnished at no cost to the Contractor. The Contractor shall provide and maintain at his/her expense, the necessary services from existing Government outlets to the site of the work. C. SUPPLIES, MATERIALS, and EQUIPMENT REQUIREMENTS. The Contractor is required to furnish all supplies such as paper towels, toilet paper, liquid soap, and trash bags; this also includes furnishing materials and equipment, to include but is not limited to brooms, brushes, treated and untreated dusting cloths, wet mops, sponges, squeegees, glass cleaner, wax strippers, floor finish, metal polish and scouring powder. The contractor shall also furnish all necessary cleaning equipment which includes but is not limited to stripping, waxing and polishing machines, carpet shampooers and vacuum cleaners. During performance of the contract, the Contractor shall keep the Contracting Officer apprised of changes in personnel to ensure that performance of this contract is not delayed. At the end of contract performance, or when a contract employee is no longer working under this contract, the Contractor will notify immediately the Contracting OfficeR and will provide a substitute to continue with the services requested. D. SAFETY REQUIREMENTS All Contractor personnel shall comply with all applicable Federal, State and local laws while engaged in the performance of this contract to include safety policies and regulations established by the NRCS. All hard copy publications are available via the referenced websites below. Supplements or amendments to listed publications may be issued during the life of the contract. 1. Occupational Safety and Health. The Contractor shall comply with all provisions of the William-Steiger Occupational Safety and Health Act of 1970, all applicable safety and health regulations that have been promulgated by the Secretary of Labor under the Williams-Steiger Occupational Safety and Health Act of 1970, to include 29 Code of Federal Regulation (CFR) Part 1910 (Occupational Safety and Health Standards), and all applicable safety and health codes and standards of the state and local jurisdictions where the work is to be performed. Periodic inspections will be made by the Government to ensure safe and healthy working conditions. Provisions of the William-Steiger Occupational Safety and Health Act of 1970 and the Occupational Safety and Health Standards can be found at the following links: a.William-Steiger Occupational Safety and Health Act of 1970 http://www.osha.gov/pls/oshaweb/owasrch.search_form?p_doc_type=OSHACT b.29 (CFR) Part 1910 Occupational Safety & Health Standards http://www.osha.gov/pls/oshaweb/owastand.display_standard_group?p_toc_level=1&p_part_number=1910 2.Safety, Health and Environmental Requirements. The Contractor shall ensure that personnel comply with all NRCS safety, health, fire protection, and security policies, guidelines, and directives. The Contractor shall ensure safety in the assigned work areas, and shall identify safety hazards to the COTR. Before any work is performed, the Contractor shall advise persons performing the work of any hazards involved. 3.Energy Conservation. The Contractor shall participate in Government utility conservation and resource recycling programs. The Contractor shall instruct all personnel in energy and resource conservation practices and shall require them to operate utilities under conditions that preclude wasteful use of energy. Current recycling programs include aluminum cans, paper, and printer ink cartridges. Federal guidelines concerning recycling can be found at http://www.ofee.gov E. MINIMUM SERVICES REQUIRED The Contractor shall maintain the Premises and all areas of the Property to which the Government has routine access in a clean condition and shall provide supplies and equipment to provide these services. The contractor shall be entitled to assume that the following frequencies of cleaning tasks shall be sufficient. If the Lessor elects to perform any cleaning tasks less frequently, and the level of cleanliness does not meet the Government's approval, the Government may direct the Contractor to increase the frequency that such tasks are performed up to the frequency set forth below without incurring liability for an adjustment. 1. Daily. Empty trash receptacles. Sweep and mop entrances, lobbies, offices, kitchen area and toilet rooms. Clean all toilet fixtures, and replenish toilet supplies. Dispose of all trash and garbage generated in or about the building. Wash inside and out or steam clean cans used for collection of food remnants. Dust horizontal surfaces that are readily available and visibly require dusting. Spray buff resilient floors in main corridors, entrances, and lobbies. Police sidewalks, parking areas, and driveways. Clean glass entry doors to the Premises. 2.Weekly. Damp mop and spray buff all resilient floors in toilets and health units. Sweep sidewalks, parking areas, and driveways (weather permitting). 3.Every Two Weeks. Spray buff resilient floors in secondary corridors, entrance, and lobbies. Damp mop and spray buff hard and resilient floors in office space. 4.Monthly. Thoroughly dust furniture. Sweep storage space. Spot clean all wall surfaces within 70 inches of the floor. 5.Every Two Months. Damp wipe toilet wastepaper receptacles, stall partitions, doors, window sills, and frames. 6.Three Times a Year. Dust wall surfaces within 70 inches of the floor, vertical surfaces and under surfaces. Wet mop or scrub garages. 7.Twice a Year. Wash all interior and exterior windows and other glass surfaces. Strip and apply four coats of finish to resilient floors in toilets. Strip and refinish main corridors and other heavy traffic areas. 8.Annually. Wash all venetian blinds, and dust 6 months from washing. Vacuum or dust all surfaces in the building of 70 inches from the floor, including light fixtures. Vacuum all draperies in place. Strip and refinish floors in offices. Clean balconies, ledges, courts, areaways, and flat roofs. 9.Cleaning shall be performed outside of the Tenant Hours of Operation or as agreed upon with the Contracting Officer. Hours of operation are from 6:00 am to 6:00 pm. 10. Miscellaneous Duties. A. In addition to the work specified above, the contractor shall perform the following duties in conjunction with the cleaning operation: 1)Turn off lights in rooms when not in use. B. Report the following to the Contracting Officer Technical Representative (COR). 1)Report fires, hazardous conditions and items in need of repair. 2)Report any signs of insects / rodents. 3)Report any open or unlocked entrance doors. 4)Report any harassment that occurred while on the site. 5)Report any packages left at the front door without disturbing it. 6)Report and close any window left open
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/PRO/NRCS-PR-S-11-003/listing.html)
 
Place of Performance
Address: 2200 Pedro Albizu Campos, Suite #22, #23, #24, Tropical Agricultural Research Station (TARS), Mayaguez, Puerto Rico, 00680, United States
Zip Code: 00680
 
Record
SN02510749-W 20110728/110726235243-f3a442fb4057d1ea20d9bc2b1ea5bbc4 (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.