Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOLICITATION NOTICE

S -- JANITORIAL SERVICES FOR AUKE BAY LABORATORIES, TED STEVENS MARINE R.I, JUENEAU, AK - FBO POSTING IN WORD DOCUMENT - Package #2

Notice Date
5/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NFFS7400-12-03768SRG
 
Archive Date
6/6/2012
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
STANDARD FORM 18 FOR QUOTES FBO POSTING IN WORD DOCUMENT COMBINED SYNOPSIS/SOLICITATION JANITORIAL SERVICES FOR AUKE BAY LABORATORIES, TED STEVENS MARINE R.I, JUENEAU, AK (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NFFS7400-12-03768SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561720. The small business size standard is $16.5M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for AUKE BAY LABORATORIES, TED STEVENS MARINE R.I, JUENEAU, AK in accordance with the statement of work for the period of twelve months. CLIN 1001 - Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for AUKE BAY LABORATORIES, TED STEVENS MARINE R.I, JUENEAU, AK in accordance with the statement of work for the period of twelve months. CLIN 2001 - Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for AUKE BAY LABORATORIES, TED STEVENS MARINE R.I, JUENEAU, AK in accordance with the statement of work for the period of twelve months. CLIN3001 - Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for AUKE BAY LABORATORIES, TED STEVENS MARINE R.I, JUENEAU, AK in accordance with the statement of work for the period of twelve months. (VI) Description of requirements is as follows: See attached statement of work which applies to requirement, and Department of Labor Wage Rates: WD 05-2017 (Rev.-15) which can be found on www.wdol.gov. (VII) Period of performance shall be: Base Year for a twelve month period 8/1/2012 through 7/31/2013. Option Period I for a twelve month period 8/1/2013 through 7/31/2014. Option Period II for a twelve month period 8/1/2014 through 7/31/2015. Option Period III for a twelve month period 8/1/2015 through 7/31/2016. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (FEB 2012), applies to this acquisition. Pre-Bid. The Government is planning a Site Visit on Tuesday, May 30, 2012 at 4p.m. AUKE BAY LABORATORIES, TED STEVENS MARINE R.I, 17109 PT. LENA LOOP RD, JUNEAU, AK 99801-8344 local time. To be considered for award, all vendors except the incumbent vendor, are required to attend the Site Visit. To request to be included in this, please call Heather Mahle 907-789-6021 and send an email to heather.mahle@noaa.gov. Subsequent to the Site Visit, an amendment containing the questions and answers will be made available via FBO. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-3163 no later than 4:00 p.m. MST, May 31, 2012. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall included two references including the phone number, full address and email and contractor's past performance will be based on responsiveness, quality, and customer services and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2012), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAY 2011) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), 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 address: http://www.arnet.gov (End of Clause) The following additional FAR terms and conditions apply: 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.216-7, Allowable Cost and Payment (Jun 2011) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.223-1, Biobased Product Certification. (Dec 2007) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (Dec 2007) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-10, Waste Reduction Program (MAY 2011) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (Aug 1989) 52.246-2, Inspection of Supplies-Fixed Price (Aug 1996) 52.246-2, Inspection of Services-Fixed Price (Aug 1996) 52.246-16, Responsibilities For Supplies (Apr 1984) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.237-71, Security processing requirements-low risk contracts. Security Processing Requirements-Low Risk Contracts (APR 2010) (a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed under a Low Risk contract shall undergo security processing by the Department's Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor. (b) Investigative requirements for Non-IT Service Contracts are: (1) Contracts more than 180 days-National Agency Check and Inquiries (NACI). (2) Contracts less than 180 days-Special Agency Check (SAC). (c) Investigative requirements for IT Service Contracts are: (1) Contracts more than 180 days-National Agency Check and Inquiries (NACI). (2) Contracts less than 180 days-National Agency Check and Inquiries (NACI). (d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an Immigration and Customs Enforcement agency check. (e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be employed under this contract within the United States must have: (1) Official legal status in the United States; (2) Continuously resided in the United States for the last two years; and (3) Obtained advance approval from the servicing Security Officer in consultation with the Office of Security headquarters. (f) DOC Security Processing Requirements for Low Risk Non-IT Service Contracts. Processing requirements for Low Risk non-IT Service Contracts are as follows: (1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract employee must also complete fingerprinting. (2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing. (3) Any contract employee with a favorable SAC who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site. (4) For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index (SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information Management Division (FBIN). (5) In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the Sponsor may request a Customs Enforcement SAC on Form OFI-86C, by checking Block #7, Item I. In Block 13, the Sponsor should enter the employee's Alien Registration Receipt Card number to aid in verification. (6) Copies of the appropriate forms can be obtained from the Sponsor or the Office of Security. Upon receipt of the required forms, the Sponsor will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the Sponsor and the Contracting Officer whether the contract employee can commence work prior to completion of the suitability determination based on the type of work and risk to the facility ( i.e., adequate controls and restrictions are in place). The Sponsor will notify the contractor of favorable or unfavorable findings of the suitability determinations. The Contracting Officer will notify the contractor of an approved contract start date. (g) Security Processing Requirements for Low Risk IT Service Contracts. Processing of a NACI is required for all contract employees employed under Low Risk IT service contracts. (1) Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. Fingerprints and a Credit Release Authorization must be completed within three working days from start of work, and provided to the Servicing Security Officer, who will forward the investigative package to OPM. (2) For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that includes an agency check conducted by the Immigration and Customs Enforcement Service. The Sponsor must request the ICE check as a part of the NAC. (h) Notification of Disqualifying Information. If the Office of Security receives disqualifying information on a contract employee, the Sponsor and Contracting Officer will be notified. The Sponsor shall coordinate with the Contracting Officer for the immediate removal of the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons: (1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. (4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. (i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract employees from Department of Commerce facilities or denial of access to IT systems. (j) Access to National Security Information. Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to national security information. (k) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 P.M. Mountain Standard Time on 4:00 p.m. MST, June 5, 2012. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and the email address is Suzanne.Romberg-Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Romberg-Garrett@noaa.gov or fax (303) 497-7719.   STATEMENT OF WORK - JANITORIAL - NFFS7400-12-03768 1.00 GENERAL 1.01 Objective To obtain the non-personal services of the contractor to clean NOAA's facility, Ted Stevens Marine Research Institute (TSMRI), in Juneau, Alaska. The Contractor shall provide custodial services for TSMRI. For the purpose of this contract, "TSMRI" herein refers to the Ted Stevens Marine Research Institute in Juneau, Alaska. 1.02 Facilities Location: DOC/NOAA/NMFS, Auke Bay Laboratories Ted Stevens Marine Research Institute (TSMRI) 17109 Pt. Lena Loop Rd Juneau, Alaska 99801 Site Conditions: TSMRI has 1 major building that is broken up into three areas, Office Wing, Laboratory Wing, and Lobby areas with difference requirements. Square Footage: The area covered by this contract consists of approximately 15670 square feet. All areas should be cleaned as indicated under Contract Requirements, section 2.00 of this Statement of Work. A. 7,930 sq. ft. is the approximate cleaning area in the office wing. • 6400 sq. ft Halls, common Areas and Offices • 410 sq. ft of Stairs • 1120 sq ft of Bathroom B. 7740 sq. ft is the approximate cleaning area in the Lab Wing and Lobby. • 7190 sq ft Halls and Common Areas • 300 sq. ft of Stairs • 250 sq. ft. of Bathroom 1.03 Government Point of Contact (POC) Heather Mahle, Management Analyst, will be the Government Point of Contact. (907-789-6021) If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount or the price of the contract may be reduced to reflect the reduced value of services performed. If the defects in services are not corrected by re-performance, the Government may require the Contractor to take necessary action to ensure that future performance conforms to contract requirements. 1.04 Management The Contractor shall manage and ensure all aspects of the requirements in this Statement of Work (SOW) are met. The Contractor shall perform all requirements specified throughout this contract unless otherwise stated. The performance specifications allow maximum flexibility to implement the best practices and methodology of the industry while exercising creative and innovative technical approaches to meet the requirements of TSMRI. The Contractor is expected to continuously improve their methods and approaches as the contract evolves. 1.05 Scope of Work The Contractor shall provide all management, labor, supervision, supplies and equipment (except as otherwise provided), necessary to fulfill the work required. The Contractor shall provide janitorial services in support of the missions of the TSMRI in a safe, reliable and timely manner, with minimum disruptions to the facilities occupants and users. TSMRI is a 5 year old facility and has had excellent care and maintenance since occupancy. 1.06 Other TSMRI Contracts Cooperation The Government may undertake or award other contracts for additional work at the TSMRI during the performance of work under this contract. The Contractor shall fully cooperate with other contractors and Government employees and shall carefully adapt scheduling and work performance under this contract to accommodate the work by others, heeding any direction that may be provided by the Contracting Officer in conjunction with the Point of Contact. Should any conflicts arise, resolution will be provided through a board consisting of applicable individuals, such as the POC, Project Managers, and other involved parties. 1.07 Standards Workmanship: All workmanship shall meet the standards specified herein and shall be accomplished in conformance with approved and accepted standards of the industry; equipment manufacturers; Federal, State, and local standards; and all applicable building and safety codes unless otherwise stated by Buildings Management. Water, Utility and Energy Conservation: The Government will provide utilities to the Contractor, as needed in support of this SOW. The Contractor shall actively conserve water, energy and all other utilities at all times during the performance of work related to this SOW. This includes turning off lights when not in use, turning water faucets or valves off when not in use, closing entry doors or windows to prevent heat loss, etc. Materials/Equipment: The Contractor shall purchase environmentally preferable products ("green products"), such as recycled content products and less toxic chemical products. Cleaning products shall be biodegradable, lower in volatile organic compounds (VOC) content, and free of carcinogens, reproductive toxins, and ozone-depleting chemicals. Equipment used in the performance of this contract shall at the minimum meet the energy efficient standards established by the U.S. EPA's Energy Star Program. The Environmental Protection Agency has a web site to assist in the identification of environmentally preferable products. The web site is http://www.epa.gov/cpg. Housekeeping: The Contractor shall be responsible for the cleanliness and housekeeping of job sites, janitorial closets and storage areas to which assigned. Oil spills and drippings shall be properly cleaned up immediately upon discovery, and reported to the POC. Rags and/or combustibles shall not be stored in open containers. Chemical solvents and other hazardous wastes shall be stored in designated containers and coordinated with the Environmental Coordinator to set up accumulation areas for proper disposal. All hazardous wastes shall be managed and handled in accordance with EPA regulations, NOAA Environmental Manual and TSMRI Integrated Contingency Plan. All chemical and hazardous materials spills shall be reported immediately to the Safety and Environmental Office for containment and disposal. 1.08 Qualifications/Training Worker Qualifications: The degree of skill of individuals shall be commensurate with that required for the work. All trainees shall be supervised and shall have all work inspected by the applicable supervisor. Training: The Contractor shall ensure employees are trained in environmental compliance, hazardous materials, hazardous waste management, ozone depleting substances, combustion training, lead base paint, asbestos containing materials, safety, and emergency response, as well as, other areas relevant to the areas of work in accordance with applicable laws. 1.09 Supervision On-site Supervisor: The Contractor shall assign an on-site supervisor who shall be responsible for the performance of the work. The name of this person, and an alternate, who shall act for the on-site supervisor, when the on-site supervisor is absent, shall be designated in writing to the Contracting Officer prior to the contract start date. The on-site supervisor or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operations at TSMRI. The supervisor or alternate shall be available within 1 business day to meet on the installation with the (POC), the Contracting Officer (CO), and any other Government representatives designated by the CO. The Contractor may be notified of the need to meet by either the CO or POC. The on-site supervisor shall verify daily that the work performed fully satisfies the requirements of this statement-of-work/specification and meets or exceeds the quality standards established in the Contractor's quality control plan. The on-site supervisor shall plan and schedule Contractor personnel to accomplish work requirements in the time period specified for performance. The on-site supervisor and alternate must be able to read, write, speak, and understand the English language. If the Contractor chooses to appoint an individual other than the on-site supervisor to act on its behalf regarding all contractual matters not covered in paragraph 1.09, then that individual shall be designated in writing to the CO prior to the contract start date. However, the cost of this individual cannot be charged as a direct cost. 1.10 Security Background Investigations: Personnel security investigations are required for all contractors entering the site per CAR clause 1352.237-71 Security Processing Requirements - Low Risk (APR 2010) applies to this acquisition. Compliance with Security Requirements: The Contractor shall comply with all Government and local security requirements. At contract award and upon request, and at any time thereafter, the Contractor shall submit the name and address of each employee hired for work on this contract and shall ensure all questionnaires and other forms as may be required are completed and submitted in a timely manner. The list shall be updated whenever changes occur. The Contractor's employees who will work on the contract shall undergo specific suitability assessment processing. Employees shall be required to complete a questionnaire and forms furnished by the Government. The information requested will be handled in compliance with the Privacy Act of 1974. The information provided by the employees is for official use only and will be protected from unauthorized disclosure. The Government reserves the right to reject any employee at anytime that, in the opinion of the POC, is not considered acceptable for cause. The Contractor shall check employee personnel backgrounds to ensure suitability for performing duties under this contract. Results of such review shall be provided to the Government within fifteen (15) days after the Contractor receives them. The government shall have access to personal background checks conducted by the contractor. The suitability or risk level for this contract has been determined to be low risk. The Project Manager and janitorial staff have unescorted after hours access to the facility, this is the determining factor for the risk level determination. The Contractor shall be responsible for costs associated with providing Government the completed forms. The Government will be responsible for any costs associated in processing the information provided. The Contractor shall pre-screen its employees to eliminate anyone who does not meet the following criterion: Be a U.S. citizen, or if a non-U.S. citizen, have official legal status in the United States and have continuously resided in the United States for the last five years. Prior to commencing work under this contract, the Contractor shall submit the forms specified by the Office of Security in the Personnel Security Manual to the POC for processing. Among these forms are (1) Questionnaire for Public Trust Positions, (2) FD-258, Fingerprint Chart, and (3) Releases. Directions as to which form(s) are applicable will be provided by the Regional Security Officer. Other forms will include the SF-185, "E-quip" security background check and the OF-306, Declaration for Federal Employment. The Contractor, when notified that the Government has rejected the suitability assessment forms shall either make the rejected forms compliant or withdraw the employee from consideration for work under this contract. The Contractor shall immediately remove any employee from any work requiring access to the TSMRI building or facilities if directed in writing by the Contracting Officer. The Government's suitability processing will consist of limited personal background inquiries pertaining to verification of name, physical description, criminal history record, credit history check, fingerprint classification, and other pertinent information as dictated by level of risk. The Government may, at its discretion, repeat the suitability processing on any contract employee or expand the investigation. The Government will inspect and either accept or reject the Contractor's suitability assessment forms as delineated in the Office of Personnel Management (OPM) Adjudicator's Handbook. The Government will notify the Contractor in writing when any of the following occur: A contract employee is acceptable based on the suitability checks and assessment conducted; A contract employee is unacceptable based on the suitability checks and assessment processing; or contract employee or prospective contract employee is barred from working on Government facilities because of any of the following: a. Conviction of a felony, a significant history of violent behavior or moral turpitude. b. Falsification of information entered on suitability screening forms or of other documents submitted to the Department. c. Improper conduct once performing on the contract, including criminal, infamous, dishonest, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. d. Any behavior judged to pose a threat to personnel, property or programs of the Department. Disclosure of Information: The Contractor and its employees shall not disclose or disseminate any information concerning Government operations, including those performed by contractors for the Government, which could result in or increase the likelihood of the possibility of a breach of security or interrupt the continuity of operations. Disclosure of information relating to the services hereunder to any person not entitled to receive it, or failure to safeguard any classified information that may come to the Contractor or any person under its control in connection with work under this contract, may subject the Contractor, its agents, or employees to criminal liabilities. All inquiries, comments, or complaints arising from any matter observed, experienced, or learned as a result of or in connection with the performance of this contract, the resolution of which may require the dissemination of official information, shall be directed to the Contracting Officer. Property Loss: The Contractor shall submit to the POC a full report of lost or stolen Government property and equipment assigned to Contractor employees. The Contractor shall notify and file a report with the TSMRI Security Office as soon as possible and no later than 24 hours after discovery of the occurrence. Access: The POC will be responsible for providing authorized access to the campus and buildings to the Contractor to accomplish work under this contract. Keys: May be issued to a limited number of Contractor personnel. Request keys using Form CD-390, Identification andKey Request through the POC. Certification and Accreditation: The Certification and Accreditation (C&A) requirements of Clause 48 CFR 1352.239-72 do not apply, and a Security Accreditation Package is not required. 1.11 Contractor Quality Control Quality Control: The Contractor shall provide a Quality Control Plan (QCP) that addresses all the performance requirements of this specification/statement-of-work to the Contracting Officer (CO) for acceptance not later than the pre-performance conference. The CO will notify the Contractor of acceptance or required modifications to the plan within ten days of receipt. The Contractor shall make appropriate modifications and submit the revision to the CO for review and acceptance. The plan must include, at a minimum: A description of its inspection system covering all tasks and services listed in this statement of work/specification. The description shall include specifics as to the areas to be inspected on a scheduled and unscheduled basis, frequency of inspections, submission of quality control inspection schedule, and the title and organizational placement of the inspectors(s). Additionally, control procedures for any Government-provided keys or lock combinations shall be described. A description of the methods to be used for identifying and preventing defects in the quality of service performed. A description of the records to be kept which document inspections and corrective or preventive actions taken. The records of inspection shall be kept and made available to the Government throughout the contract performance period and for the period after contract completion until final payment is made or if any claim(s) is pending, until such claim(s) is settled. 1.12 Quality Assurance/Metrics Each phase of the services rendered under this contract is subject to Government Inspection, or inspection by individual(s) authorized by the Government during the Contractor's operations and after completion of the tasks. The Government's Quality Assurance (QA) Surveillance Program is not a substitute for QC by the Contractor. The Government reserves the right to choose the inspection methods to be used in implementing its QA Program, and vary the inspection methods utilized during the work, without notice to the Contractor. According to the Inspection of Services clause, the Government will evaluate the contractor's performance under this contract. For the work requirements contained in this statement-of-work/specification, the POC will follow methods of surveillance specified here or elsewhere in this contract. The POC will record all surveillance observations and will maintain a file of all inspection results. Any month where the Government judges the quality of performance to be unsatisfactory, will be discussed in detail with the contractor. Successive months of unsatisfactory performance for required work could result in other appropriate action(s) being taken by the Contracting Officer in accordance with the Inspection of services clause, including Termination for Default. A description of its inspection system covering all tasks and services listed in this statement-of- work/specification. The description shall include specifics as to the areas to be inspected on a scheduled and unscheduled basis, frequency of inspections, submission of quality control inspection schedule, and the title and organizational placement of the inspector(s). Additionally, control procedures for any Government-provided keys or lock combinations shall be described. The POC will use periodic surveillance and customer complaints as the primary methods of inspection. The Contractor shall submit to the POC a copy of next month's Quality Control Schedule no later than the last day of the preceding month. The POC will use the Contractor's inspection schedule to determine the Government's random surveillance schedule. The POC may conduct a surveillance inspection of the area prior to the Contractor's quality control inspection and compare results or may conduct an inspection after the quality control inspection has been completed. Defects noted will be reported to the Contractor's on-site supervisor. Corrections are to be completed, when possible, within the same work day as notification. Any deductions for missed work or quality control inspections will be as a result of a negotiated agreement between the contractor and the Contracting Officer. 1.13 Environmental Protection Compliance: Conduct all operations in compliance with federal, state and local environmental regulations. Comply with all applicable environmental permits and the TSMRI implementation plans and procedures. All environmental protection and compliance matters shall be coordinated with the POC and the NOAA Safety and Environmental Compliance Office (SECO). Immediately report any spills of hazardous materials or oil to Facility Management and the NOAA Safety and Environmental Compliance Officer. Comply with the instructions of the appropriate NOAA Environmental Compliance Officer with respect to avoidance of conditions which create a nuisance or which may be hazardous to the health and safety of on-site personnel or the public. Observe and adhere to all requirements for handling and storage of combustibles, flammable and hazardous supplies, materials, waste and trash. If the Contractor spills or releases any substance listed in 40 CFR 302 into the environment, the Contractor shall immediately notify the appropriate response agency and the POC. The Contractor shall be liable for containment and environmental clean-up of the spill or release of such substance(s). The Contractor is responsible for advising its employees of all Environmental and Hazardous Materials handling and is required to have and maintain Material Safety Data Sheets (MSDS) for all material used on site. Two copies of the MSDS sheets shall be provided to the POC. Annual refresher training by the TSMRI Environmental Coordinator will be provided to Contractor's site supervisor. It shall be the responsibility of the site supervisor to ensure this training is imparted to its employees regarding safety in TSMRI laboratories. The Contractor shall submit written changes to items 2.02 a-g as they occur during the contract. The combination of initial list and these written changes shall be kept current through this process. At a minimum, at the beginning of a contact option year, items 2.02a through 2.02d shall be updated and resubmitted to the POC to show the effect of any changes to those lists. Item 3e, Insurance Certificate, shall be submitted to the CO. 1.14 Safety Safety Practices: All work shall be conducted in a safe manner in accordance with the Contractor's approved safety plan and shall comply with all OSHA and Government requirements. The Contractor shall demonstrate proactive and innovative safety practices on a continual basis throughout the contract period. The Government shall regularly evaluate the Contractor's effective safety, health and accident prevention conduct in terms of number of occurrences and severity of mishaps. Emergency Procedures: The Contractor shall ensure that its employees know how to report any accident, fire, toxic chemical, hazardous material, suspicious letters/packages, electrical, security, flooding, or police emergency. The contractor shall ensure that its employees are familiar with and know how to respond in accordance with the TSMRI Integrated Contingency Plan. Safety Equipment: The Contractor shall provide all safety equipment required to meet the requirements of the SOW. Inspections: The Contractor's workspace may be inspected periodically for OSHA and Government compliance. Abatement of deficiencies shall be the responsibility of the Contractor as determined by the Government. The Contractor shall provide assistance to applicable TSMRI or Government organizations and the Regulator. Accidents and Near Misses: The Contractor shall report any incidents of exposure or possible exposure to any hazardous substance and all accidents resulting in death, trauma, occupational disease, bodily injury, or environmental damage to the POC and the Safety Officer. All accidents and near misses shall be reported to the POC and the Safety Officer within 1 hour of their occurrence during core working hours, or within 4 hours of their occurrence during non-core working hours. The Contractor shall complete a Department of Commerce mishap report (CD Form 1) in accordance with U.S. Department of Commerce Manual, Occupational Safety and Health Procedural Requirements for Mishap Reporting, Investigating, and Recordkeeping. The Government will furnish the form as needed. Damage: The Contractor shall submit to the POC a full report of damage to Government property, equipment, or the on-site environment by Contractor employees. Damage by other than contractor employees shall also be reported to the POC. All damage reports shall be submitted to the POC and the Safety Officer within 24 hours of the occurrence. Safety, Health and Accident Prevention: A pre-work conference between the contractor and the government shall be held no less than 14 calendar days after contract award to ensure mutual understandings of the contractor's approved plan. The Contractor shall implement the concept of "Zero Accidents, Zero Injuries, and Zero Property Damage." Requirements: The Contractor shall provide safety and health programs, documents, signs, and tags to its employees as required by law or regulation (i.e. OSHA). The Contractor shall conduct and document monthly safety inspections. All persons shall be physically, medically and emotionally qualified for performing the duties to which they are assigned. The Contractor shall certify that their employees have been provided with information on the safety and environmental warnings on site as well as to the products and equipment that will be used. The areas on campus which have safety and environmental warnings are in the laboratories. The certification should be faxed, emailed given to the Contracting Officer at the Pre-Performance Meeting. 1.15 Contractor Employees Contractor Representatives: The Contractor shall provide a list to the CO and POC of the name or names and titles of the responsible supervisory person or persons authorized to act for the Contractor within 14 calendar days after award. The list shall be updated and provided to the CO and POC within 2 calendar days whenever changes occur. Conduct: Services under this contract must be performed in such a way that there will be no interruption to, interference with, the normal operation of Government business on the premises. The contractor shall be responsible for satisfactorily managing and performing programs for cleaning as specified. All equipment, materials and supplies (MSDS for chemicals) shall be furnished by the contractor including hand soap, deodorizer/sprays, cleaning supplies, and cleaning equipment. Healthy and environmentally friendly products that are non-toxic, biodegradable and made from renewable sources (not petroleum) shall be used to promote a healthy and green cleaning environment. Inspection and acceptance of work will be done by the MIC or his designated representative. The Contractor shall remove from the site any individual employed by the contractor whose behavior is deemed by the CO or the POC to be contrary to the public interest or inconsistent with the best interests of the Government. Residency: No employee or representative of the Contractor will be admitted to the site of work unless they furnish satisfactory proof they are a citizen of the United States, or, if an alien, their residence within the United States is legal. Identification of Employees: The Contractor shall ensure that every new employee has a DOC/Contractor identification badge before the employee enters on duty. The Contractor shall make his employees available for photo identification badges on a schedule to be coordinated with the POC. The Badges will be issued by the Government after a favorable security report has been received on the Contractor employees. The Contractor is responsible for ensuring that all badges are returned to the POC when employees are dismissed or terminated and when the contract expires. The Contractor shall ensure that all employees have their badges prominently displayed during duty hours. The Contractor shall notify the POC when employee badges are lost and shall be responsible to pay for replacement badges. Language Requirements: Any contractor employee who will interface with government representatives shall be able to read, write, speak, and understand the English language to the extent necessary in the performance of this SOW. Lost and Found: The Contractor shall ensure that all articles found by its employees are turned over to the POC. Personal Calls: Contractor employees shall not place personal calls on Government phones. Contractor employees shall not use any government equipment except that equipment furnished to accomplish the work. 1.16 Installation-Provided Government Property, Materials and Services In accordance with the Government property clauses in this contract, and the following paragraphs, the Government will furnish or make available to the Contractor certain Government owned facilities, equipment, material, and utilities for use in connection with this contract. The use of Installation Accountable-Government Property (IAGP) and services for purposes other than fulfilling the requirements of this contract are prohibited. Government furnished property shall not be taken off the installation without the written permission of the POC. All such facilities, equipment, and materials will be provided in an "as-is" condition. Installation Accountable Government Property (IAGP): The Government will furnish or make available to the Contractor adequate facilities to perform all necessary functions within the scope of the contract. Janitorial closets are provided in each wing and floor of the building. This space is for the storage of all janitorial supplies and equipment. Adequate precaution shall be taken by the Contractor to prevent fire hazards, odors and pests should the Contractor choose to use the IAGP. Office space provided to the Contractor will receive the normal services (i.e., emergency, refuse, grounds maintenance, and pest control) provided at TSMRI. It shall be the Contractor's responsibility to ensure that all office space and janitorial closets are kept clean and organized. The Contractor shall obtain written approval from the CO prior to making any modifications or alterations to the facilities. At the completion of the contract, all facilities shall be returned to the Government in the same condition as received or modified through the period of performance of the contract, except for reasonable wear and tear. The Government will not be responsible in any way for damage occasioned by fire, theft, accidents, or otherwise to stored supplies, materials, equipment or employees' personal belongings brought into the building. Availability of Utilities: The Government will furnish the following utility services at existing locations, for use in those facilities provided by the Government and as may be required for the work to be performed under the contract: electricity, natural gas, water, sanitary sewer, and storm drain. Utilities specified above will be furnished at no cost to the Contractor. The Contractor shall comply with regulatory and energy requirements as listed and described in this contract. Installation Government Emergency Services: The Contractor shall post emergency telephone numbers at the job site. Report all emergencies by dialing 9-911 on Government telephones for ambulance, fire, or environmental incidents. Life threatening emergencies shall be reported by dialing 9-911 on Government telephones. POC shall be notified within 30 minutes after incident. 1.17 Supplies and Equipment General Requirements: NOAA is committed to using more environmentally, energy efficient goods as long as they meet our performance needs and they are available within a reasonable time at a reasonable cost. Standard Commercial Products meeting or exceeding the requirements of these specifications may be generally acceptable; however, such products are subject to the approval of the POC. Equipment: All necessary cleaning equipment, including power-driven floor scrubbing machines, waxing and polishing machines, industrial type vacuum cleaners, motor trucks, water extractors, etc. needed for the performance of the work of this contract shall be furnished by the Contractor at no additional cost to the Government. Such equipment will be of size and type customarily used in quality workmanship of this kind and shall meet with the approval of the POC. Equipment deemed by the POC to be of improper type of design, or inadequate for the purpose intended, shall be removed from the premises and replaced with satisfactory equipment. Vacuums shall be in good working condition (no frayed cords, broken bags, etc.) and must operate at a tolerable noise level below 85 decibels. The Contractor shall conduct a bi-annual inspection of all cleaning equipment, certify the equipment is operating to factory standards and shall submit written reports stating this to the POC for review and retention. The POC reserves the right to inspect the equipment at anytime to ensure equipment is fully operational. The Contractor shall clearly mark all of his equipment. The Contractor shall be responsible for the care and maintenance of these materials which will be store in Janitorial closets. The Government will not be responsible for loss of, or damage to, property stored on the premises. Supplies: Supplies such as general purpose disinfectant, floor wax, sanitary supplies, liquid soap, paper towels, window cleaner, trash bags, etc. shall be furnished by the Government. The Contractor shall be responsible to fill all paper towel holders located in labs, kitchens, conference rooms, restrooms, etc. on the facility. Any Contractor furnished material shall be of good quality, suitable for the purpose and applied in the approved manner. 1.18 Protection and Damage The Contractor shall, without additional expense to the Government, be responsible for all damages to persons or property that occurs as a result of fault or negligence in the performance of the specified tasks under this contact. Breakage or loss of office equipment or other property which may occur in or about the buildings as a result of the Contractor's operation or by the actions of its employees shall be repaired or replaced at the Contractor's expense. The Contractor shall not move or handle compressed gas cylinders in laboratories or storage areas, plug machinery (buffers and vacuums) into outlets in computer and communication terminal areas, (use corridor outlets where possible), disturb plugs and connections in data processing terminals, clean laboratory sinks and work surfaces, use wax on any computer raised floor, or stand on furniture or equipment. If hazardous conditions are noted by the Contractor, they shall be reported to the POC before performing any work in the space. 1.19 Project Management General Description: The Contractor has the responsibility to establish and maintain an implementation program that is innovative, responsive to dynamic TSMRI requirements, is cost effective and customer-oriented. The Contractor shall provide all technical and business management functions to plan, organize, implement, control, track, report, and deliver all requirements within the scope of the SOW. Program implementation and business management shall include all elements in Sections 1.09, 1.10, 1.13, 1.14 and 1.16 and any other functions determined to be necessary by the Contractor based on its technical and business approach to contract performance. Requirement: The Contractor shall input to and maintain a program to assure accomplishment of contract technical, safety, schedule, and cost objectives. The program shall fully integrate all program implementation and business management identified in SOW Sections 1.09, 1.10, 1.13, 1.14 and 1.16, including work input and control, progress, completion, and reporting required by the SOW. The program shall also document and archive all deliverable reports, plans, and any other documentation required by this contract. The program shall be consistent with the SOW, and the data and information shall be available upon request by the POC. Standard: There shall be no findings or accumulation of findings from metrics, reporting, reviews, or audits which indicate a systematic problem in the contract which could result in work stoppages or which could impact safety, the environment, quality, reliability, facility and system functionality, or major schedule milestones of the effort under the contract. This shall include no violations or noncompliance of Public Laws, Executive Orders, FAR/NFS contract clauses promulgated by public laws and Executive Orders; no OSHA citations or EPA violations. 1.20 Staffing Requirement: The Contractor shall continuously maintain an adequate qualified staff with suitable management, professional, trade, or administrative expertise to assure that work is performed, scheduled, and completed in accordance with the SOW. All personnel shall accomplish SOW requirements in a professional and customer oriented manner which includes understanding the customer's needs, having the ability to meet those needs, and a commitment by every member of the Contractor's organization to be responsive, flexible, and provide their best expertise. The Contractor shall ensure that all work required by this contract is satisfactorily supervised by on-site supervisor(s). The Contractor shall provide sufficient on-site supervision (nighttime supervisor) as is essential to carry out all the terms and conditions of this contract. Except as provided for in the Special Cleaning Requirements Section, janitorial services are needed at night only. Nighttime janitorial staff shall clean the TSMRI campus from 5:00 p.m. - 12:00 a.m., and as agreed upon by the POC, Monday through Friday excluding Federal Holidays. Any work that might interfere with daily TSMRI operations shall be coordinated in advance with the POC so that scheduling can be arranged in such a manner as to cause minimum disruption. The Contractor is expected to maintain a professional demeanor at all times. The Contractor shall take any and all action necessary to ensure the conduct of its employees complies with all applicable laws, rules, regulations and Contractor policies, and shall take any and all action necessary to ensure the safety of individuals and the work place at TSMRI, including but not limited to, removing and excluding an employee from access to the TSMRI. The Contractor shall at all times be fully accountable for its employees and for adequately addressing all issues raised by their presence on site. Standard: Retention of qualified personnel and resources to accomplish work shall be in compliance with other contract terms and conditions as evidenced by resumes which may be inspected by the Government. 1.21 Certification of Safety and Environmental Warnings The Contractor shall certify that their employees have been provided with information on the safety and environmental warnings on site as well as to the products and equipment that will be used. This certification shall be presented to the Contracting Officer at the Pre-conference meeting. See Section F.3 - Identification and List of Contract Deliverables and Submittals. 2.00 CONTRACT REQUIREMENTS 2.01 General Information The Contractor shall furnish, except as otherwise specified herein, all necessary labor, equipment, materials, transportation, and supervision to perform custodial services in the manner, location and frequency specified in the following paragraphs and schedules. The work shall be performed at the Ted Stevens Marine Research Institute (TSMRI), 17109 Pt. Lena Loop Rd, Juneau, Alaska. Services must be performed in a manner that does not interfere with the mission of the TSMRI complex. Services shall be performed Monday through Friday excluding federal holidays, between the hours of 5:00 PM and 12:00 PM or as agreed upon by POC and contractor. There are approximately 90 personnel at TSMRI, with additional people regularly utilizing the conference room or visiting for various activities and events. There is ample free parking; however, there is no city bus transportation at or near to this location. 2.02 Pre-Conference Meeting This meeting shall be held at the TSMRI site within ten (10) days after award of the contract and prior to the commencement of work. The purpose of the meeting is to review the contract and its specified work requirements. A tour of the work areas will be made during which specific work requirements can be discussed. The Contractor shall be required to submit, for Government approval, the following listed items at the prework meeting: a. List of supplies and materials (cleaning agents, waxes, etc.) to be used on the job including the manufacturer's recommendations on the use of all materials, and two (2) complete sets of Material Safety Data Sheets. b. List of the types of equipment to be used at the work sites (e.g. pressure washers, buffers, etc.). Vacuum cleaners shall combine a powerful suction with a rotating brush to loosen soils for more complete removal. c. List of names of employees who will be working for the Contractor anywhere on the job site. Every person shall be included no matter how brief their role. Designation of an on-site Supervisor, and a Contract manager if assigned, along with their contact telephone numbers must be included. d. Safety plan with job hazard analysis e. Certificates(s) of insurance f. Quality Control Plan g. Sample Weekly Log Sheets. 2.03 Key Control Introduction: Keys will be furnished to the contractor and members of the staff as so requested for access to the buildings and rooms therein. The keys furnished are grand master keys and allow access to the entire site. Requirement: The contractor shall establish and implement methods of making sure all keys issued by the government to the contractor for contractor employee use are not lost or misplaced and are not used by unauthorized persons. Keys shall not be duplicated or removed from this site without written permission from the POC. The contractor shall develop procedures covering key control that shall be included in the QCP. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The contractor shall immediately report to the POC any occurrences of loss, unauthorized use, or unauthorized duplication of keys. The contractor shall control access to all government provided lock combinations to preclude unauthorized entry. In the event keys are lost or duplicated, the Contractor may be required, upon written direction of the CO, to re-key or replace the affected lock or locks without cost to the Government. The Government may, however, at its option, replace the affected lock(s) or perform re-keying and deduct the cost of such from the monthly payment due to the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Contractor and the total cost deducted from the monthly payment due the Contractor. The contractor shall establish and implement methods of ensuring that lock combinations are not revealed to unauthorized persons. These procedures shall be included in the contractor's QCP. Standard: Contractor shall plan and implement key control practices for all keys issued to contractor staff. 2.04 Cleaning Schedule and Requirements The work involved in this contract shall be accomplished by personnel regularly employed by the Contractor. Personnel employed by the Contractor shall be capable employees, experienced in this type of work. All work shall be performed a minimum of five days a week, Monday through Friday between 4:00Pm and 8:00AM. Weekend hours are not restricted. Services should be performed at the frequencies specified herein: Daily Services: The following work shall be performed DAILY from MONDAY through FRIDAY. A. General Facility 1. Empty all waste cans/containers in the building, replacing plastic liners as needed. Breakdown and dispose of cardboard containers/boxes in recycling dumpster. Vacuum carpeted areas and sweep non-carpeted areas. 2. Clean all stairways, including cleaning glass, vacuuming, sweeping, and mopping. 3. Clean, disinfect, and polish all drinking fountains. Remove any dirt or debris from basin and dispose of properly. 4. Clean both sides of all entrance doors, all interior glass windows, and all glass doors/metal surfaces in the lobby areas as needed. 5. Clean the area immediately outside the entrances to the main buildings, 6. Sweep/vacuum as appropriate and clean smudges, dirt, etc. around the interior of the building. B. Rest Rooms 1. Clean all lavatory fixtures, sinks, mirrors, showers, and toilet bowls. Urinals shall be kept thoroughly clean and disinfected at all times. Toilet bowl seats shall be cleaned and disinfected on both sides. 2. Rest room floors shall be dusted and wet mopped with a detergent and rinsed with clean water. Clean thoroughly in the corners, around the toilet fixtures and behind the doors. Ensure the "Wet Floor" sign or other warning that the rest room is being cleaned 3. Check all rest room paper products and soap dispensers. Ensure all dispensers are sufficiently stocked, i.e. paper towels, toilet paper, toilet seat covers, and soap. 4. Empty all restroom waste receptacles and replace plastic liners as needed. 5. Thoroughly scrub and clean walls, paying particular attention to cleaning tile grout. 6. Dust and damp wipe the toilet/urinal stalls. C. Conference/Training Rooms 1. Shall be cleaned when used. 2. Trash emptied, carpets vacuumed and spot cleaned. D. Lunch Room and Small Kitchens 1. Sweep and damp mop uncarpeted areas. 2. Replenish paper towel dispensers. E. Laboratories 1. Sweep and mop floor with general purpose disinfectant cleaner. 2. Empty trash receptacles. Weekly Services: The following work shall be performed Weekly: A. General Facility 1. Clean interior glass windows and all glass doors/metal surfaces in the building. 2. Polish kick plates push plates, push bars and other metal surfaces in the building. Polish metal in and outside of the elevator, all hand rails (including in stairwells), and main doorways. 3. Sweep and wet mop all accessible non-carpeted floor surfaces. Particular attention shall be given to all floor corners and behind doors. 4. Thoroughly clean passenger elevator and freight elevator. Mop floors in and around elevators, polish all metal, and vacuum door tracks. 5. Dust lobbies, office wings, and stairwells. B. Other Specific Areas 1. Pour a bucket of water down all bathrooms and hall floor drains (20 drains) weekly. In order to avoid the strong sewage smells from engulfing the facility the water levels in the breathing pipes need to be kept full of water. A minimum of a 1-gallon bucket of water should be poured down the drains in the lab hallways and bathrooms every week. 2. Clean glass-top surface areas and window in Lab Directors office. Monthly Services: The following work shall be performed monthly: A. General Facility A. Dust all flat surfaces, walls and ledges from floor to ceiling in the corridors. B. Remove cobwebs and debris from around walls and doors at the entrances to the building. 2.05 Optional Services The following services may be ordered only as the need arises and to the extent that available funds permit. The Contractor will be given at least two weeks notice prior to the request for these services. These optional services are not set aside for this contract alone, but they may also be provided by other TSMRI contractors. 1. Strip old wax from all floors by scrubbing with neutral cleaner; rinse thoroughly and apply a slip-resistant finish or water-emulsion wax. Machine buff to a smooth sheen. 2. Shampoo all carpeted areas except as previously provided. 3. Clean window blinds. 4. Clean light fixtures and diffusers. 2.06 Performance Standards A. General Contractor shall accomplish all tasks to meet the completeness, quality, and frequency requirements of this Performance Work Statement. 1. Dust mop or sweep hard floors. Clean or spot clean all mirrors, glass, and frames. Dust-mopping is defined as the removal of laden airborne dirt, soil, lint, or other foreign material from a floor using a clean anti-static dust mop. Sweeping is defined as the removal of loose dirt, dust, debris, and other foreign material through either manual or mechanized methods. Mirror/glass cleaning is defined as the removal of dirt, soil, smudges, smears, or any other substance which will interfere with the passage or reflectance of light, depending on the particular object and condition. The Contractor shall clean all mirrors and shall spot clean interior and exterior glass and associated frames in the lobby areas, hallways, and entrances. All excess spray/solution must be removed from any surrounding trim or surfaces. Any items moved to accomplish this task must be removed from any surrounding trim or surfaces, and returned as close as possible to their original positions. Standard: When properly dust-mopped or swept, the floor shall be free of any laden airborne dirt, soil, lint, or other foreign material with no buildup in corners, crevices, under or around furniture parts. When properly cleaned, mirror/glass surface and surrounding trim or surface must present a clean, uniform appearance free of soil, marks, smudges, etc. 2. Wet, machine, or damp mop hard floor. Wet mopping is defined as the removal of built-up dirt, soil, liquids or other foreign materials from a floor using a cotton, or similar yarn-type mop with either sufficient neutral detergent and water solution, or neutral disinfecting detergent water solution. This must include rinsing if recommended by the detergent manufacturer. Machine mopping is defined as the use of mechanized scrubbing/vacuuming machine to accomplish the same result as wet mopping for large areas such as halls, lobbies, auditoriums, or similar large areas which would otherwise require extensive labor to complete in a reasonable amount of time. Damp mopping is defined as the use of a cotton or similar yarn-type mop, which has been mechanically wrung/squeezed to remove excess solution, for the purpose of removing light soil, dirt, liquid, or other foreign material from a floor which either does not require complete mopping of the area, or is not soiled sufficiently to require wet mopping. Contract personnel shall display caution signs when cleaning floors in an area where people (other than contract personnel) are or may be present before floors are dry. Standard: When properly completed, a wet-mopped, machine-mopped, or damp-mopped floor must be free of all dirt, debris, soil, liquids, or other foreign material. It must present a uniform appearance free of streaks, smudges, heel-marks, or any other marks which can be reasonably removed through these cleaning methods. All splash marks/spots on walls and furniture/fixtures must be removed to properly complete the wet mopping task. All items moved to accomplish this task shall be returned to their original position. 3. Mop, Vacuum, and polish elevators. Spot clean all metal elevator doors and threshold plates and vacuum elevator tracks. Moping is defined above and vacuuming is defined as the mechanical removal of loose dust, dirt, soil, debris, and other foreign material from carpet and elevator tracks. Metal cleaning/polishing is defined as the removal of dirt, soil, fingerprints, smudges, water marks, and other foreign material from metal surfaces and fixtures. Standard: When properly moped, vacuumed, and polished, there shall be no evidence of any dust, dirt, or any other loose foreign material. There shall be no smudges, fingerprints, or watermarks on metal surfaces and fixtures. When properly completed, spot cleaning shall return the finish of the item or area affected to its previous like-new condition. 4. Vacuum all carpets. Vacuuming is defined as the mechanical removal of loose dust, dirt, soil, debris, and other foreign material from carpeted floors. Standard: When properly vacuumed, there shall be no evidence of any dust, dirt, or any other loose foreign material. All items moved during this process shall be returned to their original like-new condition. 5. Spot clean carpets. Spot cleaning is defined as the removal of dirt, soil, debris, liquids, stains, or other foreign materials from carpets where adequate cleanliness can be accomplished by cleaning only the immediately affected area and where cleaning of the entire area would not be necessary. Standard: When properly completed, spot cleaning shall completely remove any evidence of the soiling which necessitated the cleaning and return the finish of the item or area affected to its previous like-new condition, without evidence of occurrence or cleaning. 6. Clean and service restrooms Restroom fixtures, including water closets, urinals, lavatories, and sinks shall be washed inside and outside utilizing a disinfectant and shall be free of stains and odors. Contractor shall disinfect partitions, stalls, stall doors, and wall areas adjacent to wall-mounted lavatories, urinals, and toilets. Brushes, sponges and cloths that have been used to clean any other part of the restroom (including water closets, urinals, walls, floors, and partitions) shall not be used to clean lavatory sinks. Floors shall be swept free of dirt, and mopped with a disinfectant. Wainscoting, partitions, walls and doors shall be cleaned free of dirt, stains, and graffiti. Mirrors shall be cleaned and polished. All metal fixtures and hardware shall be cleaned. All waste containers shall be emptied, disinfected, and plastic liners replaced. Disinfecting is defined as the removal or neutralization of material containing or supporting the growth of bacterial/viral organisms capable of causing infection in humans if untreated. This is accomplished by the application of an approved disinfectant by either manual or mechanical methods. If present, shower stall rooms and locker/dressing rooms shall be considered part of the restrooms and cleaned under the same guidelines as restrooms. Servicing restrooms shall include inspection of, replenishing, and cleaning supply dispensers. Restroom supplies shall include, but are not limited to, paper towels, toilet tissue, and soap. The Contractor shall stock restrooms with sufficient supplies to ensure that the supplies will last until the next scheduled service. Standard: When properly cleaned, restroom fixtures, floors, floor drains, shower stalls, and locker/dressing rooms shall be free of stains and odors. All restroom/medical office/lab fixtures, floors, floor drains, wainscoting, partitions, walls and doors shall be disinfected and cleaned free of dirt, stains, and graffiti. Mirrors and mirror trim shall be free of dirt, soil, smudges, smears, or other substances and have a streak-free appearance. Once trash has been properly removed, waste containers will be free of all wastes and disposed materials. Waste container liner will be removed at least once weekly or when there is any evidence of trash, debris or waste. When properly serviced, dispensers shall have an adequate (at least 1-day) supply of dispensed product or must be identified as needing a follow-up check to ensure that the dispenser does not remain empty for an extended period of time. Dispensers shall be maintained free of residue, dirt, smudges, graffiti, or other foreign material which would detract from a clean and appealing appearance. Dispenser service is defined as the checking and refilling of all towel, toilet tissue, soap, or any other dispensers which may be identified by the Government. 7. Damp mop all stains and spills, including policing and spot cleaning lobby areas to remove any standing water. Damp mopping is defined as the use of a cotton or similar yarn-type mop, which has been mechanically wrung/squeezed to remove excess solution, for the purpose of removing light soil, dirt, liquid, or other foreign material from a floor which does not require complete mopping of the area. Contract personnel shall display caution signs when mopping floors in an area where people (other than contract personnel) are or may be present before floors are dry. Standard: When properly completed, all areas concerned shall be free of soil, dirt, liquid, or other foreign material. 8. Empty all trash receptacles and replace liners if necessary, move recyclable material to designated area, remove all collected trash and solid waste to designated area, and police grounds. All waste containers shall be emptied and plastic liners replaced. Waste containers shall be wiped down if heavily soiled, inside and outside, utilizing a spray disinfectant and shall be free of odors. After wiping, containers shall be wiped dry and new plastic liners installed. Boxes, cans and other items placed adjacent to waste containers and marked "Trash" shall also be removed and disposed of. Waste that falls on the floor and outside grounds during the waste removal shall be picked up and disposed of by the Contractor. Standard: Trash/waste removal is defined as the collection and disposal of all materials which have been placed into appropriate containers dedicated for disposal or bagged and set aside. 9. Clean, disinfect, and polish all drinking fountains and wash stations. Contractor shall remove all dirt, soil, stains, liquids, trash, refuse, and other foreign material from all drinking fountains and wash stations. Disinfecting is defined as the removal or neutralization of material containing or supporting the growth of bacterial/viral organisms capable of causing infection in humans if untreated. This is accomplished by the application of an approved disinfectant by manual method. Metal cleaning/polishing is defined as the removal of dirt, soil, fingerprints, smudges, water marks, and other foreign material from metal surfaces and fixtures. Standard: When properly cleaned, the drinking fountain or wash station must be free of all dirt, soil, stains, or other foreign material and shall present a clean, safe, healthful, and pleasant appearance. When properly disinfected, surface shall be free of material containing living bacteria, viruses, or other contaminates capable of causing infections. When properly cleaned/polished with an approved non-abrasive cleaner/polish. The metal surface shall present a clean, uniform appearance free of all soil, marks, smudges, etc. 10. Clean entrance mats. Each time floors are swept/dust-mopped or vacuumed, walk-off mats in that area, outside entrances shall also be cleaned. Soil and moisture underneath mats shall be removed, and the floor shall be cleaned as appropriate along with the rest of the floor. The mats shall be returned to their original locations after such cleaning. The Contractor shall report to the POC, in writing, all walk-off mats that are worn to the point of being ineffective. Sweeping shall be used as the method of removing the loose dirt, dust, debris, and other foreign material through either manual or mechanized methods. Standard: When properly cleaned, mats must be free of all dirt, soil, stains, or other foreign material. All items moved to accomplish this task must be returned to their original position. 11. Buffing. Spray buffing is defined as the application of a wax and water solution to a floor and buffing with a high speed buffing machine to refurbish the floor finish after wet or damp mopping. Standard: When properly completed, a spray buffed floor should be held to the same quality standards as a newly waxed/finished floor. 12. Dust mop stairs, dust railings, ledges, and spot clean same. Damp mop stairs. Contractor shall use a clean anti-static dust mop to remove laden airborne dirt, soil, lint, or other foreign matter from the stairs, stairwells, and ramps. Dusting/spot cleaning is defined as the removal of laden airborne dirt, soil, lint, or other foreign material from railings, ledges, and any other items which may accumulate airborne particles or stains. Laden airborne matter and stains, soil, etc., shall be removed by either mechanical, chemical, or manual means, except that devices which merely displace or redistribute the matter, such as feather dusters, shall not be used unless treated to attract and hold the matter. Damp mopping of stairs shall be preformed as defined in Section 2.06 (10). Contract personnel shall display caution signs when cleaning floors in an area where people (other than contract personnel) are or may be present before floors are dry. Standard: When properly dusted or cleaned, the stairs, railings, ledges, and ramps shall be free of any laden airborne materials, streaks, smudges, dirt, or soil. When properly completed, a damp-mopped floor shall be free of all dirt, debris, soil, liquids, or other foreign material. It must present a uniform appearance free of streaks, smudges, heel-marks, or any other marks which can be reasonably removed through this cleaning method. All splash marks/spots on walls and furniture/fixtures must be removed for the proper completion of the wet-mopping task. All items moved to accomplish this task shall be returned to their original positions. 13. Perform low dusting/cleaning services. Low cleaning/dusting, in general, is defined as the removal of dirt, soil, stains, liquids, trash, refuse, scale, and any other foreign material from an item, fixture, horizontal or vertical surface or area, and may include the process of disinfecting, if required by the Government, to all levels up to and including 6-feet in height. This must be accomplished by either mechanical, chemical, or manual means, except that devices which merely displace or redistribute the matter, such as feather dusters, shall not be used unless treated to attract and hold the matter. If during the cleaning/dusting process any adjacent areas become contaminated with foreign material, including dust, dirt, or cleaning product residue, those areas shall also be cleaned. Woodwork cleaning/polishing must be performed on wood furniture, fixtures, and walls with an approved wood cleaner, oil, and/or polish to prevent the aging, cracking, and/or drying of wood items and to remove soil, stains, fingerprints, and smudges. Metal cleaning/polishing shall be performed on metal surfaces and fixtures, utilizing an approved non-abrasive cleaner/polish so as to remove dirt, soil, fingerprints, smudges, watermarks, and other foreign material from metal surfaces and fixtures. Dusting shall be performed for HVAC louvers, baseboards, corners, behind doors, return air vents, Window blinds and ledges/window sills. The contractor shall supply and use ladders when necessary to accomplish the requirement of this PWS. Standard: When properly dusted or cleaned, the item shall be free of any laden airborne materials, streaks, and smudges. All items moved to accomplish this task must be returned to their original position. 14. Unscheduled Cleaning Service requests are defined as miscellaneous minor cleaning tasks within the scope of basic services. The Contractor shall respond to service requests for cleaning within 1 day, unless otherwise specified. Service requests may include, but are not limited to such items as cleanup of spills, cleaning muddy or wet entrances, and cleanup of broken glass. The POC will notify the Contractor's custodian when a service request is received, its location, and the type of cleaning required. Service Requests will be emailed and a copy will be put in an in-box in the main janitorial closet (RM L-124). Standard: When properly serviced, all requests shall be done in a timely manner, with the same standards as listed for whatever service is requested. 15. Stripping, sealing, and re-waxing floors. Stripping is defined as the complete (95 percent or more) removal of the wax/finish applied to non-carpeted flooring. Resilient flooring shall be swept/dust mopped prior to stripping floor to remove all built-up wax and embedded dirt prior to waxing. Stripping may be accomplished by either manual or mechanized application of an approved stripping agent. Sealing is defined as the application of an approved floor sealer prior to the application of the final floor finish in accordance with industry standards and manufacturer recommendations. Waxing/finishing is defined as the application of three coats of an approved non-slip gloss finish to hard surfaced floors such as vinyl, rubber, linoleum, or tile. Application shall be by either manual or mechanized methods. This includes buffing the finish. Standard: When properly accomplished, a stripped floor shall be completely free of all dirt, stains, deposits, wax, finish, water, and cleaning solution and shall be ready for the re-application of sealer and floor finish. All splash evidence on baseboards and furniture/fixtures shall be removed. When properly sealed and waxed in compliance with the manufacturer's recommendations, the floor shall present a uniform appearance, with all evidence of splashing on baseboards and furniture/fixtures completely removed. When applied according to the manufacturer's recommendations, the finish shall present a uniform, high gloss shine. There must be no evidence of buildup or discoloring. After stripping, sealing, and waxing have been completed, all items moved must be returned to their original positions. 16. Shampooing. Shampooing is defined as the application of an approved cleaning agent to a carpeted floor, cloth material, or covering for the purpose of removing embedded soil, dirt, stains, or other foreign materials. Prior to shampooing carpets and rugs shall be vacuumed free of all loose soil and debris. Shampooing shall be done by the water extraction method. Standard: When properly shampooed, the item shall be free of any foreign material such as dirt, soil, and stains. The item must be free of any cleaning residue and shall present a clean and uniform appearance. All excess cleaning agent shall be removed from baseboards, walls, and furniture/fixtures. After the surface has dried, furniture or other equipment moved from the shampooing shall be returned to their original positions. 17. Cleaning interior glass and Window blinds. The Contractor shall thoroughly clean all interior glass surfaces up to 86", removing dirt, soil, smudges, smears, or any other substances which will interfere with the passage or reflectance of light. The associated window frames and sills shall also be cleaned, removing dirt, soil, smudges, smears or any other substances. All excess spray/solution must be removed from any surrounding trim or surface. Any items moved to accomplish this task must be returned as close as possible to their original positions. The Contractor shall use ladders when necessary to accomplish the requirements of this performance work statement. Standard: When properly cleaned, glass/window surface and surrounding trim or surface shall present a clean, uniform appearance free of soil, marks, smudges, etc. 2.07 Non-Performance 1. All work shall be subject to inspection, approval, and acceptance by the Government. Work shall be inspected regularly by the POC and an oral or written notice of deficiencies to be corrected will be given to the Contract Manager or Supervisor. Inspections will be based on the work schedule to assure that inspection closely follows the actual maintenance of the facility area. 2. The Contractor shall have three (3) days from the date of a written notice of deficiencies, in which to furnish satisfactory written explanation of the deficiencies and corrective action taken. No inspector is authorized to change any provision of the specifications without written authorization from the Contracting Officer. The presence or absence of an inspector shall not relieve the Contractor from any requirement of the contract. 3. Work will be considered not to have been performed when any one of the following conditions exists: a. The work tasks in an area were not performed in strict accordance with the performance standards and procedures. b. The required tools were not used or were not in good operating condition, or non- approved chemicals/cleaning products were used. c. All or any portion of the tasks were not performed as scheduled. d. The daily log was not submitted or not submitted on the day the work was done. 4. If work was not performed; a deduction will be made (said deduction will in no way affect the Government's rights under the "Default" clause of this contract). The CO and Contract Manager will determine the amount of deduction for non-performance. 2.08 PERIOD OF PERFORMANCE The period of performance for this contract is August 1, 2012 through July 30, 2013. Option 1: August 1, 2013 through July 30, 2014. Option 2: August 1, 2014 through July 30, 2015. Observance of Legal Holidays The Contractor hereby agrees to observe the following Federal holidays, plus any other day off work Designated by Federal Statute, by Executive Order, or by Presidential proclamation: New Year's Day Labor Day Martin Luther King's Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day When any holiday falls on a Saturday, the preceding Friday is observed; when any holiday falls on a Sunday, the following Monday is observed. All personnel assigned to this contract shall limit their observation of holidays to those set forth above. In each instance, the Contractor agrees to continue to provide sufficient personnel to perform requirements of any critical tasks already in operation or scheduled and shall be guided by the instructions issued by the Contracting Officer or the MIC. In the event of a site dismissal or closure due to weather, emergency or other circumstances, the contractor is instructed to contact the M1C or Alternate MIC for guidance. Pandemic Requirements The term "pandemic flu" implies a rapid spread of a severe human disease resulting in respiratory infection with fairly predictable symptoms. A pandemic can be broken down into six phases, as follows: Inter-Pandemic Phase / Green 1. Low risk of human infection 2. High risk of human infection Pandemic Alert Period / Yellow 3. No or very limited human-to-human transmission 4. Evidence of increased human-to-human transmission Pandemic Alert Period / Orange 5. Evidence of Significant human-to-human transmission in general population Pandemic Period / Red 6. Efficient and sustained human-to-human transmission in general population If a Pandemic outbreak occurs in our local area, the Janitorial contractor must still function at 50% at phase 5, and 25% at phase 6, per the phases listed above. The Janitorial contractor will take care of essential janitorial services in order to protect the workplace, prevent spread of germs, and maintain a healthy environment. An example of "essential" work to be done at phase 5 & 6 might be as follows: • Daily Service to clean Push plates, door knobs, hand rails, bathrooms, & trash removal. • Weekly Service to poor water down the 20 drains, dust, sweep, mop, and vacuum. The Department of Commerce has established a Plan for Pandemic Influenza and pandemic preparedness is ongoing and evolving within our agency. The Department Plan is posted on the Office of Human Resources Management Page at: http://hr.commerce.gov/Employees/WorkLifeIssues/DEV01_006092 For the Department Plan to be successful, preparedness must occur on two fronts: the workplace and your home. The Department continues to implement actions to protect you at work. The Alaska Fisheries Science Center Pandemic Preparedness website (http://intra.afsc.noaa.gov/pandemic/) provides additional information and resources for employees of Auke Bay Laboratories to help prepare for such an event. Please take a few moments to review this information and think about actions you can take now to prepare your family for a pandemic influenza in the future. We will add new information and resources to this website as they become available. 2.09 INVOICE In compliance with the Prompt Payment Act, the Financial Management Division will pay an invoice in accordance with the terms set forth in the contracts with vendors if a "proper invoice" is received. Contractor is encouraged to bill on a biweekly basis. A "proper invoice" has: 1. Name of the vendor and an invoice date. 2. Purchase order number. 3. Description, price and quantity of property and services actually delivered or rendered. 4. Payment terms are "Net 30". 5. Name, title, phone number, and complete remittance address of the responsible official to whom payment is to be made. Invoices are to be submitted to: DOC/NOAA/NMFS Auke Bay Laboratories Ted Stevens Marine Research Institute 17109 Point Lena Loop Rd Juneau, AK 99801 Invoices may also be submitted to abl.invoice@noaa.gov 2.10 INSURANCE COVERAGES The Contractor is solely responsible for their own health, worker=s compensation and unemployment insurance as well as applicable social security, local, state and federal taxes. FEDERAL, STATE, AND LOCAL TAXES Except as may be otherwise provided in this contract price includes all applicable federal, state, and local taxes and duties in effect on the date of this contract but does not include any taxes from which the Government the Contractor or this transaction is exempt. Upon request of the contractor, the Government shall furnish a tax exemption certificate or similar evidence of exemption with respect to any such tax not included in the contract price pursuant to this clause. For the purpose of this clause, the term "date of this contract" means the date of the contractor's quotation or, if no quotation, the date of this purchase order. 1352.237-71 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (March 2000) a. Security Processing Requirement All contractor (and subcontractor) personnel proposed to work on the premises of a Department of Commerce site under this contract must undergo security processing by the Department's Office of Security (OSY) before he or she is eligible to work on the premises of the Herbert C. Hoover (HCH) Building or other buildings used for Department operations. b. Additional Requirements for Foreign Nationals (Non-U.S. Citizens) Non-U.S. citizens to be employed under this contract must: (1) Have legal visa status with the Immigration and Naturalization Service (INS); (2) Have advance approval from the servicing Security Officer in consultation with the Office of Security. (The Office of Security routinely consults with appropriate agencies regarding the use of non-U.S. citizens on contracts and can provide up-to-date information concerning this matter.) c. Submittal Requirements The Contractor must complete and submit the following forms to the Contracting Officer's Technical Representative (POC), who will review and forward them to the cognizant Security Officer: • A Standard Form 85P (SF-85P)--Questionnaire for Public Trust Positions • A Form FD-258 (Fingerprint Chart with OPM ORI number) Upon completion of the security processing, OSY, through the Security Officer and the POC, will notify the Contractor in writing of the individual's eligibility to be given access to the HCH Building or other DOC buildings. Security Processing shall consist of limited personal background inquiries pertaining to verification of name, physical description, marital status, present and former residences, education, employment history, criminal record, personal references, medical fitness, fingerprint classification, and other pertinent information. It is the option of OSY to repeat the security processing on any contract employee at its discretion. d. Notification of Disqualifying Information If OSY receives disqualifying information on a contract employee, the Contractor, upon notification of such, must immediately remove the employee from duties which require access to DOC facilities. Individuals may be barred from working on the premises of a facility for any of the following: (1) Conviction of a felony or a crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or on other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct directly related to the contract. (4) Any behavior judged to pose a potential threat to departmental personnel or property. Failure to comply with the requirements may result in termination of this contract or removal of some contracted employees from DOC facilities. Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to classified information. Homeland Security Policy Directive (HSPD-12) Implementation The performance of this contract requires contract employees to have physical access to the federal government's premises for more than 180 calendar days or to have access to a federal government's information system. any items or services delivered under this contract shall comply with the department of commerce personal identity verification (piv) procedures that implement hspd-12, federal information fips pub 201 (http://www.csrc.nist.gov/publications/fips/fips201/fips-201-022505.pdf) and omb memorandum m-05-24 (http://csrc.nist.gov/piv-program/memo/m05-24.pdf). the contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a federally controlled facility or access to a federal information system. Attachment A Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) ________________________________________________ _________________ Signature of Offeror Date QUALITY ASSURANCE SURVEILLANCE PLAN FOR CUSTODIAL SERVICES AUKE BAY LABORATORIES TED STEVENS MARINE RESEARCH INSTITUTE i. ii. INTRODUCTION iii. iv. This Quality Assurance Surveillance Plan (QASP) has been developed to evaluate contractor actions while implementing this SOW. It is designed to provide an effective surveillance method of monitoring contractor performance for each listed objective on the Service Delivery Summary (SDS) in the maintenance contract. v. The QASP provides a systematic method to evaluate the services the contractor is required to furnish. This QASP is based on the premise the government desires to maintain a quality standard in operating, maintaining, and repairing facilities and that a service contract to provide the service is the best means of achieving that objective. vi. The contractor, and not the government, is responsible for management and quality control actions to meet the terms of the contract. The role of the government is quality assurance to ensure contract standards are achieved. In this contract the quality control program is the driver for product quality. The contractor is required to develop a comprehensive program of inspections and monitoring actions. The first major step to ensuring a "self-correcting" contract is to ensure that the quality control program approved at the beginning of the contract provides the measures needed to lead the contractor to success. Once the quality control program is approved, careful application of the process and standards presented in the remainder of this document will ensure a robust quality assurance program. QUALITY ASSURANCE SURVEILLANCE Performance Objective SOW Para Performance Threshold Basic Cleaning Services. Floors, baseboards, corners and wall edges are free of dirt, dust, debris, and spots. Trash is empty, new plastic liners are provided, and trash containers are free of odors and visible dirt. Trash is emptied into outdoor trash collection container. Ash containers are emptied and free of ashes, odors and stains. All glass and metal surfaces have no traces of film, dirt, smudges, or water. Drinking fountains are disinfected and free of streaks, stains, spots, smudges, scale and other deposits. Stairways are free of dirt, debris, marks, smudges, scuffs and other foreign matter. Carpets are free of dirt, debris, litter and other foreign matter. Dust is not visible and the area has a uniform luster. Elevator walls, floor, and tracks free of dirt debris, marks, smudges, and scuffs. 2.04.1 A 2.04.2 A 2.04.3 A Service areas are without customer complaint for 97% of the reporting period. Basic Restrooms Cleaning Services. Restrooms are disinfected and free of dirt, deposits, streaks, trash and odors. Showers are disinfected and free of soap films, scum and other deposits. Toilets and urinals are disinfected and free of scale, stains, scum and other deposits. Floors are free of litter, dirt, dust and debris. Supplies are adequate until next service. 2.04.1 B Service areas are without customer complaint for 97% of the reporting period. Conference/Training Rooms, Lunch/Kitchen Rooms, and Laboratories. Floors, baseboards, corners and wall edges are free of dirt, dust and debris. Trash is empty, New plastic liners are provided, and trash containers are free of odors and visible dirt. Supplies are adequate until next service. 2.04.1 C-E Service areas are without customer complaint for 97% of the reporting period. Other Specific Areas. There are no sewage smells coming from drains in bathroom and hallways. All glass in the Directors office have no traces of film, dirt, dust, smudges, or water 2.04.3 B Service areas are without customer complaint for 100% of the reporting period. SURVEILLANCE: The government quality assurance (QA) person will receive complaints from base personnel and pass them to the contractor's quality control inspector (QCI) for correction. STANDARD: Service areas are without customer complaint for 97% of the month or service period. For example, there should be no more then 1 complaint per service area during the month. The QA should receive no more than 1 customer complaints per month, and no more then 12 per year. The QA shall notify the contracting officer for appropriate action in accordance with FAR 52.212.4, Contract Terms and Conditions-Commercial Items (May 1997) or the appropriate Inspection of Services clause, if any of the above service areas exceed 1 customer complaint. PROCEDURES: Any base employee that observes unacceptable services, either incomplete or not performed, for any of the above performance objectives should immediately contact the QA and the QA will complete appropriate documentation to record the complaint. The QA will consider the customer complaint valid upon receipt from the customer. The QA should inform the customer of the approximate time the unacceptable performance will be corrected and advise the customer to contact the QA if not corrected. The QA will consider customer complaints as resolved unless notified otherwise by the customer. The QA shall notify the Contractor's Quality Control Inspector (QCI) to pick up the written customer complaint. The QCI will be given one day after verbal notification to correct the unacceptable performance. If the QCI disagrees with the complaint after investigation of the site and challenges the validity of the complaint, the QCI will notify the QA. The QA will conduct an investigation to determine the validity of the complaint. If the QA determines the complaint as invalid, he will document the written complaint of the findings and notify the customer. The QA will retain the annotated copy of the written complaint for his/her files. If after investigation the QA determines the complaint as valid, the QA will inform the QCI and the QCI will be given an additional day to correct the defect. A defect will not be recorded if proper and timely correction of the unacceptable condition(s) is accomplished. The QCI shall return the written customer complaint document, properly completed with actions taken, to the QA, who will file the complaint for monitoring future recurring performance. Recurring customer complaints are not permitted for any of the above service items. If a repeat customer complaint is received indicating the same deficiency during the service period (month, quarter, etc.), the QA should contact the Contracting Officer for appropriate action. Performance Objective SOW Para Performance Threshold Optional Services. Floors have a glossy uniform appearance free of scuffmarks, heel marks, wax build-up, and other stains and discoloration. Windows are free of film, dirt, smudges, water, and other foreign matter. Window blinds are free of dirt, dust, and smudges. Carpets are free of stains and discoloration. Light fixtures are free of dust, debris, and smudges. 2.05 Service areas are without customer complaint for 97% of the reporting period. SURVEILLANCE: The government QA will evaluate the services required by each delivery order to ensure compliance. STANDARD: The contractor shall perform all work required by the task or delivery order in a satisfactory manner in accordance with the appropriate SOW paragraph. The QA shall not consider the task or delivery order complete until all deficiencies have been corrected. PROCEDURES: The government QA will inspect all work tasks required by the task or delivery order to ensure contractor compliance with the appropriate paragraph 2.05, of the Statement of Work (SOW) each time the service(s) is performed. Record results of inspection, noting the date and time of inspection. If inspection indicates unacceptable performance, notify the contract manager or QCI of the deficiencies for correction. The Contractor shall be given one day after notification to correct the unacceptable performance. PERFORMANCE REQUIREMENTS SUMMARY The Performance Standards are identified below. The Contractor's performance of the referenced requirements will be evaluated at the end of the performance period, in accordance with the Quality Assurance Surveillance Plan (QASP). Desired Outcome Required Services Minimum Performance Standard Monitoring Method by COR Acceptable Quality Level Timely responses and effective support to the contract requirements Contractor to provide sufficient personnel to accomplish the work outlined in the SOW requirements. Performance standards outlined in Section 2.06 are met. Percentage of proposed personnel that meet task order requirements. Work required under the contract is performed with no more than two customer complaints per month. Random Inspection Customer Surveillance 98% Compliance 98% Compliance Compliance with Financial Requirements Contract to submit Complete and Proper Invoices for Payment Invoices received that are timely, accurate and complete. 100% Inspection 98% Compliance Compliance with Security Requirements Documentation submitted in a timely manner. Number of security submittals received timely. 100% Inspection 100% Compliance required
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFS7400-12-03768SRG/listing.html)
 
Place of Performance
Address: AUKE BAY LABORATORIES, TED STEVENS MARINE R.I, 17109 PT. LENA LOOP RD, JUNEAU, Alaska, 99801-8344, United States
Zip Code: 99801-8344
 
Record
SN02758127-W 20120526/120525000555-bf7c473fd667be6363c7c06c86d867e0 (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.