Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2013 FBO #4094
SOLICITATION NOTICE

S -- Denver Janitorial

Notice Date
2/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS07-13-R-00021
 
Archive Date
3/20/2013
 
Point of Contact
Mario F Maccarone, Phone: 609-813-3376, Doretta Chiarlone, Phone: 609-813-3363
 
E-Mail Address
mario.maccarone@tsa.dhs.gov, Doretta.Chiarlone@dhs.gov
(mario.maccarone@tsa.dhs.gov, Doretta.Chiarlone@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PART I-SECTION C SCOPE OF WORK 1. SCOPE: These specifications are intended to outline the minimum requirements for janitorial services for Department of Homeland Security (DHS) consisting of approximately 14,264 square feet of space which is located within a 40 mile radius of the Denver Metro Area. 2. GENERAL INFORMATION: For the protection of the building and the equipment plus facilitation of the business to be conducted as well as the public image of the facilities, FIRST QUALITY CLEANING will be required. Hasty and careless performance of the work will not be tolerated. Dirt in corners, mop and wax splashes on the baseboards, wash over gum or dirty spots, dirty toilet fixtures, or unsightly areas will be considered as UNSATISFACTORY WORK. A neat, clean appearance is to be maintained in all areas at all times except when work is actually being accomplished. All services specified in these requirements shall be performed in accordance with the cleaning quality standards of this contract. Chemical solutions or wax deposits getting on equipment or furniture or drained through floor openings must be removed by the Contractor and shall be required to refinish or restore them at his/her expense. This requirement is also applicable to the exterior of the building during the washing of the outside windows. 3. WORK REQUIREMENTS: The determination of the total man-hour requirements for the performance of all services herein specified, as well as all cost factors, is the sole responsibility of the offerors. The hours when services are to be performed are between 0800-1600, Monday through Friday, excluding federal holidays. DHS employees performing official duties during the time contract work is being done will occupy some areas. Electrical power will be furnished by the Government at existing power outlets for the operation of equipment necessary to perform janitorial contract services. The Contractor shall use receptacles in walls ONLY throughout the facility. Care shall be exercised when operating vacuum cleaners, buffers, mops, etc. around all equipment within the office and gym. Hot and cold water and utility sinks will also be made available to the Contractor for the performance of work. 4. SERVICES TO BE PERFORMED : A. DAILY- Five days per week (Monday through Friday, excluding federal holidays) between 0800 and 1600. (1) Vacuum and spot clean all carpeted floors. (2) Sweep and damp mop all tile floors, both ceramic and vinyl. (3) Empty all trash containers throughout the building and replace liners. (4) Clean and sanitize restrooms/showers, washbasins, toilets, urinals, shower stalls, mirrors, etc. Spot clean all hand and foot marks on walls, stalls, and floors in restrooms/showers. Replenish restroom supplies. Solution to be used for scrubbing and damp mopping in all restrooms shall contain disinfectant as well as cleaner/detergent/water mixtures. Deodorant blocks are to be used in restrooms and gym. (5) Wipe clean counter tops, tables and scour sink in break room. (6) Wipe down and sanitize gym equipment with disinfectant. (7) Sweep outside entry at main entrance of office in front of door. (8) Spot clean the inside windows and the individual glass panels in the offices. B. WEEKLY - Dust all horizontal surfaces including desks, chairs, file cabinets, and other types of office furniture and equipment, ledges, windowsills, etc. C. MONTHLY: (1) Spot wax, as needed, mop, and buff tile floors in the break room. (2) Dust window coverings, blinds, shades, etc. (3) Wash tile walls in restrooms with hot soapy water or appropriate cleaning, sterilizing solution. (4) Damp mop and buff all vinyl tile floors. (5) Sanitize mats in martial arts room. (6) Damp mop and sanitize floor in gym area. D. QUARTERLY: (1) Clean all walls in administrative spaces advising COTR of areas needing touch-up and/or repair. E. SEMI-ANNUALLY: (Twice per year) (1) Clean areas around air conditioning outlets and return air grilles to include vacuuming any dust build-up. (2) Clean and wash exterior windows F. ANNUALLY: (1) Strip, wax, and buff vinyl tile areas in the break room. The Contractor shall use the least abrasive pad (fine grade) as possible; operate stripping machinery at slow speeds (preferred speed 175-1909 revolutions per minute (RPM), not to exceed 1700 RPM. The Contractor shall also strip only the wax coating from the floor tile, excessive stripping of the floor tile surface is prohibited and the floor surfaces will not be dry cleaned or buffed. (2) Damp clean all lighting fixtures, exposed pipe and duct work, high files, window and door frames and casing; dust walls and other objects, floor to ceiling, and all high horizontal and vertical surfaces, walls and other objects, floor to ceiling. (3) Extraction carpet cleaning throughout the facility. 5. SPECIAL SERVICES REQUIRING DAILY POLICING AND PERFORMANCE: A. Remove cobwebs from all areas of building, when readily detectable. B. Remove all dirt, dust and other foreign matter, when readily detectable, from all exposed surfaces of supply and return air grills and louvered floors by vacuuming or wet wiping. 6. SAFETY AND FIRE PREVENTION: A. The Contractor shall be responsible for instructing his/her employees in appropriate safety measures. Employees must not place mops, brooms, machines, and other locations in such a manner as to create safety hazards. Signs to indicate wet floor shall be used. Such signs shall be displayed at all times in all areas where cleaning operations are in progress which necessitate the use of any equipment or supplies such as buckets, wires, ladders, water, wax, etc., which could cause a traffic obstruction or personal hazard. Contractor's employees shall be required to interrupt their work to allow passage of personnel, equipment or carts. When the cleaning of a public traffic area (i.e., lobbies or corridors) results in the temporary hazard of wet/slippery floor, housekeeping personnel will use parallel wet or cleaning procedures. B. Fire prevention shall be exercised at all times by the Contractor's employees. Janitor's closet, etc. shall be kept clean and free from odors and fumes. All combustible material shall be used and stored in a safe manner. Contractor shall report to the COTR any fire hazards, and if possible, correct them. C. Contractor shall be responsible for maintenance and upkeep of the MSDS forms and chemical list for all chemicals used and stored on site. 7. SECURITY REQUIREMENTS: A. The Contractor shall insure that each employee completes the appropriate security forms required by DHS order to conduct local background check and appropriate national agency checks. If the background security check reveals that the employee does not meet DHS's suitability standards, he/she will not be allowed to work at the DHS facility. DHS will notify the contracting officer prior to notifying the Contractor to remove the employee from the facility. B. After business hours, shut off lights, fans, and take other security measures as directed, or as applicable. After business hours, upon completion of duties, ensure that all means of egress are securely locked and latched. The Contractor shall be responsible for all lost articles found by his/her employees being turned in at a location designated by the COTR (Contracting Officer Technical Representative). C. Contractor employees shall not disturb paper on desks, open desk drawers or cabinets, or use government telephones, except for brief and infrequent local calls as absolutely necessary. Contract employees shall at no time use, or linger around, computers. 8. PERSONNEL TRAINING: A. The Contractor shall be responsible for the training of his/her employees in the following areas. (1) Proper use and handling of contract specified and approved detergents, supplies, and equipment. (2) Care and maintenance of Contractor and Government furnished property. (3) Familiarization with fire prevention and safety procedures. (4) Familiarization with applicable DHS policies/regulations and their effect on housekeeping services. (5) Contractor will be responsible for proper training in OSHA guidelines with regard to duties performed and use, storage, and maintenance of hazardous chemicals. 9. TRASH DISPOSAL: A. All wastebaskets and other trash containers within the area shall be emptied and returned to their initial location. Boxes, cans, and papers placed near a trash receptacle and marked "trash" shall be removed. Any obviously soiled or torn plastic trash receptacle liners in such receptacles shall be replaced. Contractor shall pick up any trash that may fall onto the facility grounds during the removal of such collected trash. The trash shall be removed from site daily, Monday through Friday, five days a week, and deposited in the container indicated by property management. 10. SUPPLIES AND EQUIPMENT: A. Contractor-Furnished: (1) The Contractor shall furnish all janitorial supplies such as cleaning equipment, soap, wax (shall be non-skid), mops, brooms, and all equipment such as floor machines. Contractor shall furnish toilet supplies such as disinfectants, urinal cake disinfectant, paper towels, toilet tissue, liquid hand soap, lamps, fluorescent tubes and starters, and trash bags. B. Government-Furnished: (1) Government will furnish all utilities and water needed to carry out these requirements for cleaning. 11. LOSS OF CONTRACTOR'S SUPPLIES, ETC. The Government will not be responsible for the damage and/or loss to the Contractor's stored supplies, materials, equipment, or personal belongings of the Contractor's employees. All storage space, closets, and sinks will be kept in a clean, odor-free and sanitary condition at all times. Failure to do so may result in the withdrawal of the privilege of using them. NOTE: A site visit is scheduled for 2/12 and 2/13 and anyone interested in attending must contact Christine Flores at 720-374-9323 prior to the visit. All questions in reference to the solicitation will be addressed by Mario Maccarone at 609-813-3376. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation. Please reference solicitation number HSTS07-13-R-00021 on all correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-65 January 29, 2013. This solicitation is being issued as TOTAL SMALL BUSINESS SET ASIDE. The North American Industry Classification System (NAICS) is 561720. Services anticipated on April 1, 2013. The Department of Homeland Security (DHS) has a requirement for janitorial services within a 40 mile radius of the Denver Metro Area. The contractor shall provide all material, labor and equipment for this janitorial requirement. See attached SOW for details. The following clauses are applicable: FAR 52.212-1 Instructions to Offers -- Commercial Items (June 2008) applies to this acquisition. Addendum to 52.212-1: c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. 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 Lowest Priced Technically Acceptable to the Government. Paragraph (a) is hereby completed as follows: Technical Factors 1.Qualification Statement - Offeror shall confirm in writing that they meet all requirements set forth in this solicitation/synopsis. DHS reserves the right, however, to visit proposed site(s) to ensure compliance with all requirements set forth in the SOW. 2. Past Performance History - shall include a minimum of (2) past performance references for similar services the offeror has provided. One of these references must be a law enforcement entity. Verified/current points of contact shall be provided for each reference. Past performance will be based on responsiveness, quality and customer service. Price Factors Offerors shall provide pricing to cover a (1) year base period and (4) one year options. Options will be evaluated at time of award. Pricing should be proposed on or monthly basis. A proposal submitted without pricing for a base and four one year term options will be considered incomplete. Contractors will be permitted to bill on a monthly basis for hours used during the month. Invoice to be submitted only once a month. All evaluation factors, when combined, are more important than price. The Government intends to award a firm-fixed price purchase order and may award without discussions. The Government will award a contract resulting from this solicitation only if it can be determined that the responsible offerors proposal, conforming to the solicitation, will provide the most advantageous solution to the Government requirement, considering price and other factors. The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers received provide the best value to the Government. In such a case, the Government will not be liable for any bid or proposal costs. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: 52-215-1 (4) Instructions to Offerors - Competitive Acquisition The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 52.222-3, Convict Labor (June 2003) (EO 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (Mar 2007) (EO 11246) 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998) (29 USC 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003) 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999) 52,222-54, Employment Eligibility Verification The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This solicitation 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 http://www.arnet.gov 52.204-7 Central Contractor Registration (Apr 2008) now SAM 52.217-5 Evaluation of Options (July 1999) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.232-18 Availability of Funds (Apr 1984) 52.232-19 Availability of Funds for the next Fiscal Year Additionally, offerors are advised that the following clause will pertain to any contract award: Release of Information: The Contractor shall not disclose, advertise, or release information about this contract to any individual or organization without prior written approval from the Contracting Officer. Questions concerning this solicitation must be furnished in writing to Mario Maccarone at Mario.maccarone@dhs.gov no later than 2 calendar days before the close of the Request for Proposal. The date and time for the submission of proposals is March 5, at 3 pm, eastern standard time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-13-R-00021/listing.html)
 
Place of Performance
Address: See SOW, Denver, Colorado, 80237, United States
Zip Code: 80237
 
Record
SN02981243-W 20130208/130206234749-33b964f26800da871ddd0999c2cbb3ff (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.