Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
MODIFICATION

S -- Perform commercial weekly cleaning of 10 buildings located at Camp Atterbury, Edinburgh, Indiana.

Notice Date
7/30/2013
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-13-T-0045
 
Response Due
8/15/2013
 
Archive Date
9/28/2013
 
Point of Contact
Dart E. Liebrandt, 812526149961829
 
E-Mail Address
USPFO for Indiana
(dart.e.liebrandt.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PENDING THE AVIALABILITY OF FUNDS! 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. 1.General: 157th Infantry Brigade Cleaning Contract for the Brigade Foot Print. 2.Description of the Requirement: The 157th Infantry Brigade requires commercial cleaning services for the Brigade area foot print. 3.Scope: The commercial cleaning is to clean 10 buildings within the 157th footprint on a weekly basis. The contractor shall provide all labor, supplies, supervision, tools, materials, equipment, and transportation necessary to provide custodial services in accordance with this specification. Custodial service applies to all designated spaces including, but not limited to, halls, restrooms, offices, work areas, entrance ways, lobbies, storage areas, and stairways. The result of this contract activity will provide a clean, attractive workplace that presents the facility in its best appearance to enhance public relations and attractiveness of the facility. 4.Period of Performance: This contract will initially be for one year, with two additional option years. 5.General Information: The Brigade has 10 buildings that need to be cleaned weekly. 6.Recognized holidays: The contractor will not be required to clean on the following holidays: New Year's Day, Independence Day, Labor Day, Thanksgiving Day, Columbus Day, President's Day, Memorial Day, Veteran's Day, Dr. Martin Luther King Jr. Day, Christmas Day. 7.Hours of Operation: The contractor is responsible for conducting business, between the hours of 0900-1600 Monday-Fridays except Federal holidays, or when the government facility is closed due to local, or national emergencies, administrative closings, or similar government directed facility closings. 8.Place of Performance: The place of performance will be the 10 buildings within the 157th Infantry Brigade footprint. 9. Security Requirements: The contractor is not allowed into any rooms that a security clearance is required to enter. The contractor is also not allowed in rooms that meetings are being conducted and are not to be in the office alone unless permission is granted. 10. Special Requirements: N/A 11. Program Director: Major Catrina Blair 12.Contractor Furnished Equipment: Toilet paper and paper towels. 13.Contractor Furnished Items: Contractor will provide all cleaning supplies. 14.Contractor Travel: Contractor will provide travel to and from installation and buildings. 15.Contractor Manpower Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL contractor manpower required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address: https://Contractormanpower.army.pentegon.mil The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR), or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (7) Total Payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflective services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractor perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use direct XML data transfer to the database server, or fill in the fields on the website. The XML direct transfer is a transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 16.Personnel: Employees of the contractor assigned for performance of this contract shall be capable employees with sufficient experience and training to assure compliance with the contract requirements. The employees shall be required by the contractor to maintain themselves and their clothing in a neat and clean manner. A fully qualified workforce shall be on board no later than the second week of the contract. 17. Conduct: The contracting shall not employ any employee of the United States Government, or the Department of Defense, either military or civilian, if such employment would create a conflict of interest. 18.Contractor Representative: The contractor shall provide an onsite contractor representative who shall be physically present during normal duty hours to conduct overall management coordination and furnish liaison with the government. The contractor representative shall be the point of contact with the government and shall have authority to act, or make decisions for the contractor on all matters pertaining to this contract. 19.Vehicle Operations: Contractor personnel operating motor vehicles used in performance of this contract shall have a valid state operator's license and shall operate all motor vehicles in accordance with policies and procedures established by the Reserve Center. The contractor's vehicles shall have an identification tag clearly visible while on site. 20.Key Control: If the contractor is provided with keys to allow access to buildings and rooms requiring cleaning, the contractor shall not remove the keys from the premises, nor are these keys to be duplicated. All keys that are provided to the contractor will require a logged entry signed signature and date. Keys shall be retained in possession of the janitorial staff while on the premises and returned to the COR/COTR prior to leaving the premises including a logged entry signed signature and date. All keys lost by contractor's personnel shall be reported to the COR/COTR immediately and shall be replaced at the contractor's expense. In the event a master key is lost by the contractor in a compatible keying scheme with the existing lock system an equal number of keys, as existing in the old system shall be furnished at the contractor's expense. Energy conservation, the contractor shall operate under conditions, which preclude the waste of utilities, which shall include, but not be limited to, the following and the other like items: (a) Lights shall be used only in areas where and at times when work is actually being performed. (b) Heating, ventilation, and air conditioning controls shall not be adjusted by contractor employees. (c) Water faucets and valves shall be turned off after use. FIRE PROTECTION AND PREVENTION 21.The contractor shall comply with all fire protection measures prescribed by the applicable government directives (available upon request). All sweeping compounds, dust cloths and mop treating materials, floor oils and floor treatment materials (exclusive of waxes) shall be products, which are free of any spontaneous heating capability. Listing of these products as free of this capability of the Underwriter's Laboratory Inc., or other qualified nationally recognized testing organization, shall be considered as meeting these requirements. 22.The contractor shall not store combustible supplies, including rags, paper and other like items near possible sources of combustion such as, steam pipes, high wattage lamp bulbs, and other like items. However, dust rags may be stored in airtight metal containers at floor level. Rags, mops, brushes, wax, and other cleaning tools which contain a residue of animal, vegetable, or mineral oils which are subject to spontaneous combustion shall be disposed of, processed by daily laundering, removed off-site. SAFETY 23.The contractor shall instruct employees in appropriate measures as specified by the applicable provisions of the Occupational Safety and Health Act, 1970, PL 91-596 (84 Stat 1590). The contractor's employees shall not place mops, brooms, machines, or other equipment in the traffic lanes, or other locations in such a manner as to create safety hazards. 24.When cleaning public traffic areas (lobbies, halls, or corridors) results in the temporary hazard of wet, or slippery floor surfaces, parallel wet moping, or cleaning procedures shall be accomplished so that at no time will it be necessary for personnel to cross a wet surface to gain access to other parts of the area. The contractor shall use adequate warning signs, or devices to warn the public of the hazard. 25.A work schedule for semi-annual and annual type services is to be submitted to the COR/COTR thirty (30) days in advance. Changes to the submitted work schedule shall be submitted for the COR'S/COTR'S approval at least three (3) working days prior to performance. 26.Except as otherwise specified, all firm fixed-price work shall be performed during the Government's regular working hours, as specified in C.1.1. If the contractor desires to carry on work hours, or on Saturdays, Sundays, or holidays, prior approval shall be obtained from the contracting officer or His/her representative. INTERFERENCE WITH GOVERNMENT BUSINESS 27.The contractor shall schedule and arrange work so as to cause the least interference with the normal occurrence of government business and a mission. In those cases where some interference may be essentially unavoidable, the contractor shall be responsible to make every effort to minimize the impact of the interference, inconvenience, and customer discomfort. 28.The contractor shall prohibit his employees from disturbing papers on desks, opening desk drawers, cabinets, using telephones, or equipment provided for government use. The contractor should schedule work such that day rooms, or break rooms are not serviced between the hours of 11:30 and 1:00 P.M. PROTECTION OF GOVERNMENT PROPERTY 29.During the execution of work, the contractor shall take special care to protect government property to include furniture, walls, baseboards, and other surfaces from materials not included. Accidental splashes shall be removed immediately. 30.The contractor shall return areas damaged as a result of work under this contract to their original condition, to include painting, refinishing, or replacement if necessary. DEFINITIONS 31.Technical. As used throughout this contract, the following terms shall have the meaning set forth below. 32.Where quote mark as shown: quote mark as indicated quote mark, quote mark as detailed quote mark, or words of similar import are used, it shall be understood that reference is made to this specification and the drawings accompanying this specification unless stated otherwise. 33.Where quote mark as directed quote mark, quote mark as required quote mark, quote mark as permitted quote mark, quote mark approval quote mark, quote mark acceptance quote mark, or words of similar import are used, it shall be understood that direction, requirement, approval, or acceptance of the Contracting Officer is intended unless stated otherwise. 34.Clean. quote mark Clean quote mark shall be defined as free of dirt, dust, spots, streaks, stains, smudges, litter, debris, and other residue. 35.Contracting Officer (CO). The Contracting Officer is a person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. The term includes certain authorized representatives of the Contracting Officer acting within the limits of their authority as delegated by the Contracting Officer. 36.Contractor. The term contractor as used herein refers to both the prime contractor and any subcontractors. The prime contractors shall ensure that his/her subcontractors comply with the provisions of the contract. 37.Contractor Representative: A foreman or superintendent assigned in accordance with paragraph C.1.3.5. 38.Disinfect: Cleaning in order to destroy any harmful micro-organisms by application of an approved chemical agent. 39.Facility: An establishment, structure, or assembly of equipment designated for a specific function. FREQURENCY OF SERVICE 40.Annual :(A) Services performed once during each 12 month period of the contract. These services are to be performed within the sixth moth of the contract. These services are to be conducted in accordance with the specified schedule unless change is scheduled in writing. 41.Semi-annual: (SA) Services performed twice during each 12 month period of the contract. These services are to be performed once in the third month and once in the ninth month of the contract. These services are to be conducted in accordance with the specified schedule unless change is scheduled in writing. 42.Monthly: (M) Services performed 12 times during each 12-month period of the contract at intervals of 28 to 31 calendar days. 43.Semi-monthly: (SM) Services performed 12 times during each 12 month period of the contract at intervals of 6 to 8 calendar days. 44.Weekly: (W) Services performed 52 times during each 12 month period of the contract at intervals of 6 to 8 calendar days. 45.Once weekly: (1W) Services performed 1 day per week, such as Mondays. 46.Twice weekly: (2W) Services performed 2 days per week, such as Monday and Wednesday, or Wednesday and Friday. 47.Three times weekly: (3W) Services performed 3 days per week, such as Monday, Wednesday and Friday. 48.Performance Requirement Summary (PRS): Identifies the key performance indicators of the contract that will be evaluated by the government to assure contract performance the contractor meets standards. 49.Quality Assurance Surveillance Plan (QASP): An organized written document used for quality assurance surveillance. The document contains specific methods to perform surveillance of the contractor for each item of the Performance Requirements Summary. 50.Quality Assurance (QA): A method used by the government to provide some measure of control over the quality of purchased goods and services received. 51.Contracting Officer Representative (COR): The government employee designated by the Contracting Officer to be responsible for monitoring of contractor performance. 52.Contracting Officer Technical Representative (COTR): A designated individual who shall have the primary responsibility for assuring that al supplies, service or workmanship presented to, or performed for the government meet all conditions of the contract. 53.Quality Control (QC); A method used by the contractor to control the quality of goods and services received. 54.Space: An area to receive custodial services, which may, or may not, be considered to be a room by common definition. Examples of space are definable sections of hallways, stairwells, lobbies, offices, entrances and elevators. 55.Waste Containers: Trash receptacles such as wastebaskets, trashcans, waste paper baskets, ashtrays, or any container holding rash, paper, or refuse of any type. 56.Government Furnished Items: The government will provide utility services at existing outlets, for use in those facilities provided by the government and as may be required for the work to be performed under the contract: electricity, steam, natural gas, fresh water, sewage, and refuse collection ( from existing collection points). Information concerning the location of existing outlets may be obtained from the QAE. The contractor shall provide and maintain, at his/her expense, the necessary service lines from existing government outlets to the site of work. Government will furnish paper towels, toilet paper, hand soap, and garbage bags. 57.Contractor Furnished Items: Except for items listed in this clause, the contractor shall provide all facilities, equipment, materials, supplies, and services to perform the requirements of this contract. Material, equipment, and supplies provided shall be of acceptable grade and quality. SPECIFIC TASKS 58.SPECIFIC TASKS: The contractor shall provide all labor, supplies (unless otherwise specified) supervision, tools materials, equipment, and transportation necessary to provide custodial services in accordance with this specification. Custodial service applies to all designated spaces including, but not limited to, halls, restrooms, offices, work areas, entrance ways, lobbies, storage areas and stairways. The result of this contract activity will provide a clean, attractive workplace that presents the facility in its best appearance to enhance public relations and attractiveness of the facility weekly. 59.The contractor shall provide the custodial services described herein. An inventory and description of the areas to receive custodial services is included. 60.Basic services shall be performed at the locations and frequencies shown in the Performance Requirements Summary. It shall consist of services listed for the specified spaces, furniture, or other equipment (including waste containers) moved while performing basic services shall be returned to their original position. All basic services will be paid for under the firm fixed-price portion of the contract. Performance requirements for these services include the following: 61.Space cleaning: Space cleaning shall consist of: 62.Sweeping/ Dust mopping (W): Concrete/quarry tile, terrazzo, wood, resilient flooring so as to remove all loose dirt, dust and debris weekly. 63.Vacuuming carpets and rugs (W): carpeted areas and rugs shall be vacuumed free of all loose soil and debris weekly. 64.Empting waste containers (W): All waste containers shall be emptied and plastic liners replaced. Any plastic liner with food waste or that is soiled, or leaking shall be replaced with a new plastic line. Boxes, cans bottles marked quote mark TRASH quote mark shall also be removed and disposed of. All waste collected shall be disposed of. All waste that is collected that falls on the floor and outside grounds during waste removal shall be picked up and disposed of by the contractor weekly. 65.Low Dusting/Cleaning (W): All furniture, partitions, radiator, equipment, hand railings on stairways, grills, horizontal ledges, and sills shall be dusted, Walls, doors, and partitions shall be wiped clean (including glass in partitions and doors) to a height of 7' above the floor level. If present, chalk boards, chalk trays, and erasers shall be cleaned. Corridor, lobby and entrance walls and doors, shall be cleaned. Miscellaneous hardware and bright metal work shall be wiped clean. Drinking fountains shall be free of stains, smudges and scale weekly. 66.Cleaning walk-off mats (W): Each time floors are swept/dust mopped or vacuumed, walk-off mats in that area shall be cleaned. Soil and moisture underneath shall be removed and the floor shall be cleaned as appropriate. 67.Floor Care (W): Floor care shall be performed in the spaces as shown on the drawings and shall consist of the following services weekly. 68.Damp mopping (W): Prior to damp mopping, floors shall be swept/dust mopped. Floors shall be damp mopped with an approved cleaning solution to remove dirt, streaks, smears and stains weekly. 69.Spray Cleaning and Buffing (M): Prior to spray cleaning and buffing, floors shall be damp mopped as specified above. Floor shall be spray cleaned and buffed to remove traffic marks, heavy soil, etc. the material used for spray cleaning and buffing shall contain a blend of detergents and polymers to emulsify surface soil and repair traffic areas. Any loose residue is produced by buffing shall be removed in a manner that will leave the floor clean without destroying the high gloss produced by buffing. When completed, a spray cleaned and buffed floor shall have a uniform, high gloss finish, free of scuff and heel marks. The floor shall be uniform from wall to wall, including corners monthly. 70.Waxing and Buffing (M): In the event that spray cleaning and buffing is not sufficient to maintain a uniform high-gloss finish, floors shall be completely waxed and buffed. The contractor shall use a liquid wax system containing not less that 18% solids, the floors shall be damp mopped as specified above immediately prior to application of wax. Floors shall be buffed, if required, to a uniform gloss finish free from dirt, traffic marks, and stains monthly. 71.Restroom Services: Restroom service shall consist of the following each time services are performed: 72.Cleaning restrooms (W): Restrooms 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. Pumice sticks and an approved toilet bowl cleaner shall be used to remove stains from urinals and water closets. 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 lavatories or sinks. Floors shall be swept/dust mopped free of dirt and mopped with a disinfectant. Floor drains shall be cleaned and flushed with 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. Waste containers shall be emptied, disinfected, and plastic liners replaced. If present, shower stall rooms and locker/dressing rooms shall be considered part of the restrooms and cleaned accordingly weekly. 73.Service Restrooms (W): Service shall include inspecting, replenishing, and cleaning supply dispensers with sufficient supplies to ensure that the supplies will last until the next scheduled service weekly. 74.Other Services: 75.General Spot Cleaning (W): Shall include items such as ledges, window sills, and door glasses, push plates, light switch areas, pictures, plaques, walls, baseboards, handrails, access panels, and other similar items monthly. 76.Floor Spot Cleaning (M): Shall be accomplished using the same technique employed in hand mopping or machine scrubbing. Spray buffing may be necessary to remove soil spots that resist mopping monthly. 77.Stripping and Re-waxing Floors (SA): Resilient flooring shall be swept/dust mopped and stripped to remove all built up wax and imbedded dirt prior to re-waxing. After application of wax, areas shall be buffed (if required) sufficiently for maximum gloss and uniform sheen from wall to wall, including corners. The re-waxed floor shall present a clean appearance free from scuff marks and dirt smears. Furniture and other equipment moved during floor stripping and re-waxing shall be returned to their original positions semi-annually. 78.Shampooing Carpet and Rugs (SA): Prior to shampooing, carpets and rugs shall be vacuumed free of all loose soil and debris. Carpets and rugs shall be shampooed free of streaks, stains, and spots, and shall have a bright uniform color. Shampooing shall be done by the water extraction method. After drying, furniture and other equipment moved for shampooing shall be returned to their original positions semi-annually. 79.High Dusting/Cleaning (M): High cleaning includes cleaning horizontal and vertical surfaces over 7' above floor level including all overhead piping and ceiling areas. All dust litter and soil shall be removed from all surfaces. Walls shall be free of dirt, smudges, and markings. Ceilings are to be free of cobwebs and loose dirt monthly. 80.Cleaning Exterior Glass (W): The contractor shall thoroughly clean all exterior glass surfaces, window frames, sills, and sashes, from the ground line up. All glass surfaces shall be cleaned and left free of streaks and stains, and shall be wiped dry. All paint, putty, film and foreign matter found on glass surfaces shall be removed. Where storm windows exist, exterior window glass cleaning shall include both sides of the storm window and outside the inner glass, and shall be counted as three separate surfaces for reimbursement purposes weekly. 81.Cleaning Interior Glass (W): The contractor shall thoroughly clean all interior glass surfaces and associated window games, sills and sashes. All glass surfaces shall be cleaned and left free of streaks and stains, and all adjacent surfaces wiped dry. All paint, putty, film, and foreign matter found on glass surfaces shall be removed weekly. 82.Wash Interior and Exterior Doors and Frames (W): The contractor shall thoroughly clean all interior and exterior doors and frames. Remove all scuff marks, cobwebs, foreign objects, etc. All doors and frames shall be cleaned and left free of steaks and stains weekly. The clauses and provisions can be found in RFQ W912L9-13-T-0045 and are to remain in full force in any resultant purchase order. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil. POC: Dart Liebrandt Questions pertaining to this RFQ should be emailed to dart.e.liebrandt.ctr@mail.mil. Questions are due in this office no later than 12 August 2013, at 11 a.m. EST. Quotes are due in this office no later than 15 August 2013 at 1:00 p.m. EST. Quotes should be emailed to dart.e.liebrandt.ctr@mail.mil. Quotes must include all requested items, Tax ID number and Cage Code. Solicitation and all documentation can be located at www.fbo.gov or www.nationalguardcontracting.org. Click into NGB Advertised Solicitations and look for the solicitation number. CONTRACT PENDING AVAILABILITY OF FUNDS!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L9-13-T-0045/listing.html)
 
Place of Performance
Address: Camp Atterbury Eggleston Street Edinburgh IN
Zip Code: 46124-5000
 
Record
SN03131918-W 20130801/130731000105-de31d231ca731a7898c07d38cd9adcb0 (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.