Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

S -- WPBVAMC Temp Routine and COVID-19 Janitorial Support Service New BOA for Temp Routine and COVID-19 Janitorial Support

Notice Date
6/25/2020 8:20:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24820Q1054
 
Response Due
7/9/2020 1:00:00 PM
 
Archive Date
10/07/2020
 
Point of Contact
Scott Frankel, Contract Specialist, Phone: (561) 422-8262
 
E-Mail Address
scott.frankel@va.gov
(scott.frankel@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 8 of 8 COMBINED SYNOPSIS/SOLICITATION The West Palm Beach VA Medical Center located at 7305 N Military Trail, West Palm Beach, FL 33410 has a requirement to provide a service contract support services for Janitorial Services for the Veterans Health Administration (VHA). The purpose of this solicitation is to establish a one-year Blanket Purchase Agreement (BPA) with four one-year options. This BPA will be for Temporary Janitorial Services for routine and disinfection procedures following Centers for Disease Control and Prevention (CDC) Guidance for COVID-19 cleaning. Orders will be placed of this BPA as needed for temporary routine and COVID-19 cleaning. The attached Performance Work Statement (PWS) shall be adhered to. This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code and size standards in millions of dollars are 561720 and $19.5 Million, respectively. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. Evaluation factors will be considered in descending order of importance: Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance. Past Performance: Prospective contractors may provide a list of five business references for which the contractor performed the same or similar scope as required in the performance work statment. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed. Contractor s Proposed Rate for: Temporary Routine Cleaning- Price Per Square Foot AND COVID-19 Cleaning- Price Per Square Foot. Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). ___Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans, (Feb 2016) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American Supplies (May 2014) (41 U.S.C. 10a-10d). 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act Labor Standards (May 2014) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d)  Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (May 2014) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Oct 2015). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Other applicable provisions and clauses incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors Commercial items FAR 52.212-4 Terms and Conditions Commercial items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-41 Service Contract Labor Standards FAR 52.225-2 Buy American Certificate FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource VAAR 852.203-70 Commercial advertising VAAR 852.237-70 Contractor responsibilities VAAR 852.270-1 Representatives of contracting officers VAAR 852.273-70 Late offers VAAR 852.273-74 Award without exchanges 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ http://farsite.hill.af.mil/ This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors.  Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint.  However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. Offerors are instructed to submit clear and concise offers which adhere to the following format: Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages) Technical Ability section shall include a technical performance plan and proof of insurance and bonding. (section not to exceed 5 pages > not including copies of certificates) Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provision may be accessed at http://farsite.hill.af.mil/), if not completed in SAM. Completed Schedule of Rates. Contract support services for temporary routine cleaning and COVID-19 cleaning. Temporary Routine Cleaning- Price Per Square Foot. AND COVID-19 Cleaning- Price Per Square Foot. All sources who believe that they have the experience and capabilities to perform the required services referenced above and detailed in the Performance Work Statement may submit their detailed quote no later than 4:00pm EST on July 9, 2020 to the following: Scott Frankel, Scott.Frankel@va.gov. Oral communications are not acceptable in response to this notice. See attached document: Performance Work Statement. Performance Work Statement JANITORIAL SERVICES Background Information 1.1 This is a non-personal services contract to provide janitorial services for the Veterans Health Administration (VHA), one of the largest integrated health care system in the United States, providing care at 1,255 health care facilities, including 170 VA Medical Centers and 1,074 outpatient sites of care of varying complexity (VHA outpatient clinics) to over 9 million Veterans enrolled in the VA health care program. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Agencies shall train their employees in appropriate cleaning and disinfection procedures following Centers for Disease Control and Prevention (CDC) Guidance as well as for interaction with private sector temporaries to assure that the supervisory responsibilities identified in paragraph (a) of § 300.501 of this subpart are carried out by the temporary help service firm. At the same time, agencies must give technical, task-related instructions to private sector temporaries including orientation, assignment of tasks, and review of work products, in order that the temporaries may properly perform their services under the contract.    1.2 Period of Performance: Initial period of performance for the BPA will be one year. With the option to extend for an additional four one year option periods. 1.3 Place of Performance: West Palm Beach VA, Medical Center 7305 N. Military Trail West Palm Beach, FL 33410 1.4 Hours of Operation: Normal business hours are between 8:00 a.m. to 12:00 midnight everyday including Federal holidays. The janitorial services will be required 24 hours per day, 7 days per week, including Federal holidays. The contractor will be provided a list of the rooms to be cleaned by 8:00 a.m. specific to respective Time Zone. Additional rooms to be cleaned may be assigned to the contractor at varying times of the workday. 1.5 Work Schedule: Prior to commencing performance under this contract, the Contractor shall provide a proposed work scheduled to the Point of Contact (POC) on site describing how services will be accomplished. All work shall be coordinated with the POC or designated representative when accomplished during normal business hours to avoid disruptions or conflicts between the Government functions and the provision of service under this contract. The facility POC will communicate with the designated Contracting Officer Representative (COR) services and completion of those services to validate work was accomplished as required. The Contractor shall maintain a CEH on site during normal work hours 8-4:30 and by phone 24/7. Area of Responsibility: Base Request Contractor shall provide all labor, transportation and supervision to clean and disinfect in accordance with the following: shifts -Public Space cleaning of up to 600,000 sf . shifts - High touch surfaces wiped down 4X per shift within public areas.  This includes wiping down high touch surfaces of 18 elevators at minimum 4x per shift.   Full cleaning l Approximately 200 public restrooms 4X daily. 30 waiting rooms 1 x every 2hrs on 1st shift only. 2nd shift 1x cleaning complete.    The areas the contractor may be expected to provide services may include: Building # Name Square Footage Bldg. 1 Hospital 811,737 Bldg. 3 CLC 56,949 Bldg. 4 Fisher House 6,912 Bldg. 5 Pump House 600 Bldg. 6 Volunteer (Trailer) 960 Bldg. 7 Police (Trailer) 2,160 Bldg. 9 M/C Storage (Trailer) 920 Bldg. 10 FDOT (VSO and VBA) 10,000 Bldg. 11 Transportation (Trailer) 464 Bldg. 12 HRMS 4,602 Bldg. 13 Warehouse 10,000 Bldg. 14 MH 3,600 Bldg. 15 Cancer Center 13,100 Bldg. 16 Mental Health OPC 11,874 Bldg. 17 Decon Building 500 Bldg. 18 PET/CT Building 3,600 Bldg. 19 Hospice 12,100 Bldg. 20 Domiciliary 29,233(under Const) Bldg. 21 MRI Building 6,199 Cleaning and disinfecting should be done at minimum with CDC and Joint Commission facility cleaning recommendations. The following high touch surfaces should be CLEANED and DISINFECTED frequently (includes, but not limited to:) High touch areas such as tables, doorknobs, light switches, countertops, handles, desks, phones, keyboards, toilets, faucets, sinks, etc. Soft surfaces such as carpeted floor, rugs, and drapes Electronics such as touch screens, keyboards, remote controls, and ATM machines The above should be performed at minimum in accordance with the following standards: Aseptic areas apply to all areas within the medical center. Contractor will be required to perform Two-Step Cleaning in accordance with Centers for Disease Control (CDC) guidance. https://www.cdc.gov/oralhealth/infectioncontrol/faqs/cleaning-disinfecting-environmental-surfaces.html. Option Item 1: There will be cases where a room requires a terminal cleaning in the case of discharge, an isolation room, sick patient or otherwise. Upon request from VA staff, the contractor shall perform a terminal clean to affected areas. Tasks and Cleaning Standards The following table summarizes the tasks required under this PWS. Tasks Frequency Empty waste cans and reline As Requested by on-site POC Place furniture in proper locations Spot clean/wash interior windows and door glass Dust mop/wet mop all tile floors Clean patient restrooms mid-day Clean public restrooms Check and Refill all paper towel, toilet paper, and soap dispensers Clean and organize all housekeeping closets Clean/sanitize all bathrooms utilizing a germicidal disinfectant Buff all tile floors Dust all horizontal and vertical surfaces Spot clean furniture Spot clean waste cans Empty Recycling Containers Wash walls and doors Vacuum carpets, entrance mats, and runners Clean and Polish all stainless steel Cover all bed discharges which includes cleaning, disinfecting and remaking beds Staging and storage of both clean and soiled linen, which includes washing of bed sheets Strip and refinish all tile floors Shampoo/extract carpets utilizing soil retardant Interior and Exterior of windows and doors on first floor level. Cleaning of High Touch Surfaces Change privacy curtains Unoccupied room cleaning Occupied Patient room cleaning Isolation room cleaning, Terminal Cleaning, Discharge Cleaning Carpet Maintenance: Vacuum all carpeted areas in the corridors, elevators, offices, group rooms and public areas. Furniture shall be moved for thorough cleaning and replace the furniture after cleaning. Spot cleaning as required so that the carpet presents a uniform and clean appearance, free of spots and stains. The Contractor shall report any tears, burns and raveling to the attention of the on-site POC or designated representative. Light Shampoo to protect carpet with soil-repellent and/or static free application of treatment as required. Deep Steam Clean by using steam or other residue-free cleaning product. The carpet shall be dried to the touch upon completion. Door and Doorjambs: Perform spot cleaning by damp-wiping and polishing unpainted metal doors, washable surfaces of walls, partitions, doors and fixtures, and handrails. Sanitize as needed. Ducts, Light Fixtures, Vents and Louvers: These areas are to be cleaned and vacuumed. The ducts shall be cleaned as needed. Elevators: The Contractor shall clean all interior surfaces, including doors, metal thresholds, tracks, fans. Spot-clean walls. Entrance Area: Sweep landing, steps, sidewalk of front entrance area, clean the walk-off mats, hose off as required, and remove standing water. The Contractor shall damp-mop the entrance and lobby floors during inclement weather. Trash containers located inside and outside of entrances shall be emptied. Floor maintenance (non-carpeted): The Contractor shall strip wax, finish and buff using non-slip floor finish. The Contractor shall turn back the rugs in order to clean and finish the floor areas. The stripping of wax, finish and buffing shall be performed as requested. The scheduling of this task will be coordinated between the Contractor and on-site POC and staff occupying building to ensure there is no disruption to staff and visitors. Individual rooms and/or a designated area requiring the stripping of wax, refinishing and rebuffing, shall occur and direction of the on-site POC. The area or the room requiring the service will be identified by on-site POC or designated representative to the COR. The Contractor shall wet mop using a neutral floor cleaner, using a Micro-Fiber Mopping System to mop all accessible areas including corners and abutments. The Contractor shall remove any splash marks or streaks on furniture, walls, baseboards, etc... Isolation room cleaning will include disinfecting floors using a flat microfiber system. The Contractor shall not mop wood or carpeted floors. The Contractor will only use string mops in the case of large spills. When string mops are required, a double bucket mopping process will be used. The Contractor shall sweep, dust, and damp mop hard-surfaces, resilient flooring to include normal traffic areas, group rooms, and restrooms. The floors shall be swept, dusted and damp mop using a treated or dust- free method/mop. The Contractor shall ensure that the cleaning includes the corners and abutments. The Contractor shall tilt or move chairs, trash receptacles, and other easily movable items to clean underneath and shall return items to their proper position. The Contractor shall spray and buff all floors accessible to floor machine unless specified elsewhere as having carpet or special flooring. The Contractor shall apply a uniform coating of non-skid floor finish to protect and restore gloss or sheen. The Contractor shall remove excess floor finish solutions. The Contractor shall apply these techniques only to the portion of the floor needing work, to bring the entire floor up to standard. Furniture and Flat Surface Cleaning: (Low Dusting refers to areas 36 and below) The Contractor shall dust specific uncluttered horizontal surfaces per direction of the on-site POC within reach with a treated dust cloth (i.e., desks, counters, file cabinets, ledges, bookcases, tables, credenzas, window sills, etc.). The Contractor shall dust vertical surfaces and underneath desks in such a manner as to prevent airborne dust. The Contractor shall dust furniture items such as chairs, file cabinets and other types of office furniture. The Contractor shall damp-dust other office furniture such as vinyl chairs, lamps, telephones, furniture bases, picture frames. Furniture and Flat Surfaces Cleaning (High Dusting refers to areas higher than 36 up to 70 ): High dusting includes all the wall surfaces, door frames, shelves, equipment, windowsills, ledges, handrails, etc. that are 70 inches from the floor or more. Furniture: The Contractor shall vacuum upholstered furniture; clean behind furniture and corners. Move items as necessary to ensure thorough and adequate cleaning; replace to original position. The Contractor shall spot clean upholstered furniture as required. Doors (Entrance areas): The Contractor shall clean all glass partitions, interior and exterior glass doors, display cases, directory boards, and draft shields on windows, mirrors and adjacent trim. Stairwells: The Contractor shall sweep, dust and damp mop as needed. Lamps, vents, ceiling and wall areas shall be free of cobwebs, dust, debris and insects. Walls: Spot/Clean/Wash. The Contractor shall spot-clean wall surfaces to remove cobwebs, fingerprints, smudges. The Contractor shall sanitize the walls as needed. Blinds/Shades: The Contractor shall vacuum, and damp clean all blinds/shades to remove surface dust, vacuum drapes in place. Window Cleaning Interior: The Contractor shall wash all windows on interior surfaces, damp-wipe window sashes/sills. The contractor is not responsible for the highest interior windows. Laundry Service: The contractor shall collect all soiled linen daily and place in designated soiled linen storage until items are picked up by laundry distribution personnel. Bed Cleaning: The contractor shall remake beds on customer request. After customer has checked out from facility all linens are to be removed from bed and stored in soiled linen room until picked up by the laundry service contractor. The contractor shall use a two-step cleaning process to clean and disinfect beds. The contractor shall remake bed using clean linens. Miscellaneous Water Fountains: The Contractor shall empty, rinse and sanitize drinking fountains, water coolers, the hot/cold water dispensers with a germicidal type detergent ensuring that the surface remains visibly wet for the proper dwell time. Polish Metal. The Contractor shall polish the brass and other metal, aluminum, stainless steel hardware on doors, push bars, and the kicking plates. Loading Dock. The Contractor shall sweep and hose off loading dock area as needed. Restrooms The Contractor shall clean and sanitize sinks, urinals, and toilets. The floor traps shall always be maintained free from odor . The Contractor shall sweep and wet mop the floors daily and spray buff as required. The Contractor shall apply a uniform coating of non-skid floor finish. The Contractor shall remove any excess floor finish solutions. The Contractor shall damp-wipe walls, doors, partitions, mirrors, shelving, and window frames and sills. The Contractor shall use an approved germicide/detergent in restrooms to disinfect all surfaces of partitions, stalls, faces of toilet bowls, urinals, lavatories, showers, dispensers, and other such surfaces. The Contractor shall damp-wipe and polishes the chrome fixtures. The Contractor shall clean (descale) toilet bowls and urinals. The Contractor shall replenish restroom supplies for example: soap dispensers, paper towels and toilet tissue. The Contractor shall empty, clean, disinfect, and re-line all sanitary napkin and all waste receptacles. Waste Trash Removal: The Contractor shall pick up and empty all trash or waste receptacles. Waste will be deposited at established waste collection sites/holding areas at the facility for waste hauler pick up. Regulated Medical Waste (RMW) Red Bag Bio-hazardous: All receptacles lined with ""Red Bags"" (plastic bags containing bio-hazardous medical waste material) shall be serviced. The Contractor shall pick up the Red Bag waste and deposit it in specially designated, locked ""infectious waste"" bins or designated holding areas in a safe and timely manner, and in accordance with established standards and procedures. NOTE: Red Bags may not be used for any other purpose. Under no circumstance will red bag waste be co-mingled with any other types of waste. Recyclables: The Contractor shall pick up and empty all recycled collection receptacles and deposited them at established holding sites. Supplies: The dispensers and supplies will be provided by the Government. 1.7 Government Furnished Property, Equipment, and Services The government will furnish all supplies and equipment Including cleaning supplies (chemicals, PPE, mops, equipment, and SDS). 1.8 Contractor Furnished Items and Services The contractor shall provide a standard custodial type uniform which is easily recognizable and clearly distinguish them as the Contractor. for employees and ensure all work meets performance standards specified in this Performance Work Statement (PWS) and referenced documents. Uniforms shall present a neat, distinctive appearance; shall be clean and maintained in good repair; and shall be worn as designed by the manufacturer. Standard custodial type uniform is defined as collared work short (button-down or polo style) and pants or skirt of twill or similar material (no denim). The Contractor shall wear appropriate footwear that will cover the entire foot for safety purposes. The Contractor will not wear hats. 1.9 Contractor Personnel The Contractor shall assign an International Executive Housekeeper Association (IHEA) Certified Executive Housekeeper (CEH) to supervise and train the contracted personnel. The supervisor shall develop and evaluate the environmental sanitation procedures in order to ensure compliance with all provisions contained in this contract. A supervisor shall be available anytime employees are working on site to provide oversight. The CEH shall have at least one (1) year of prior Healthcare Sanitation experience as a CEH Manager within the last three years. Written certification of experience and copies of any formal training program (i.e. National Executive Housekeeping Association (NEHA) shall be submitted to the COR before starting work. The COR s approval must be receiv...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2614dc0865984753af0781e94b503f71/view)
 
Place of Performance
Address: West Palm Beach VA Medical Center 7305 North Military Trail, Palm Beach Gardens FL 33410-6400 33410-6400, USA
Zip Code: 33410-6400
Country: USA
 
Record
SN05702720-F 20200627/200625230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.