COMMERCE BUSINESS DAILY ISSUE OF JULY 11,2000 PSA#2639 NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 S -- JANATORIAL & RELATED SERVICES; SEEKING HUB ZONE AND VETERAN-OWNED
FIRMS SOL HUBZone-VetsJanatorial DUE 072400 POC Carl L. Silski, Small
Business Officer, Phone (216) 433-2786, Fax (216) 433-5489, Email
Carl.L.Silski@grc.nasa.gov -- John D. Moore, Contract Price Analyst,
Phone (216) 433-2778, Fax (216) 433-2480, Email
John.D.Moore@grc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#HUBZone-VetsJanatorial. E-MAIL: Carl L. Silski, Carl.L.Silski@grc.nasa.gov. HUB
ZONE & VETERAN-OWNED BUSINESSES SOURCES SOUGHT SYNOPSIS For JANATORIAL
and RELATED SERVICES To determine the viability of a HUB Zone
competitive procurement or a procurement with HUB Zone and/or
Veteran-owned business subcontracting opportunities, the NASA Glenn
Research Center (GRC), Cleveland, Ohio, is seeking capability
statements from certified HUB Zone small businesses AND Veteran-owned
small businesses, including those that are owned by service-disabled
veterans, capable of providing janitorial and related services
(described below) under the SIC code 7349. The size standard is $12
million. BACKGROUND AND GENERAL REQUIREMENTS GRC is comprised of 82
cleanable buildings and additional related areas on a 351-acre main
campus, adjacent to Cleveland Hopkins International Airport. Total
cleanable square footage is approximately two million square feet. Over
4,200 people work at GRC, including civil service and contractor
employees. Over half of them are scientists and engineers, who plan,
conduct, or oversee and report on the research tasks and projects of
the Center. We are seeking a contractor (or subcontractors) to provide
janitorial and related services for around 82 buildings. This work
includes providing all labor, supplies, on-site management personnel,
tools, materials, equipment, transportation and vehicles necessary to
perform all tasks. At times, performance will require movement of
furniture, fixtures, equipment and furnishings, particularly when there
are office moves. Because buildings are spread around the campus, the
contractor (or subcontractors) will be responsible for transporting all
personnel, tools, equipment and materials including ladders and
scaffolds among the buildings being serviced. While many of the
buildings have laboratory areas consisting of lab sinks, chemical
storage cabinets, fume hoods and research equipment, the small business
will NOT be responsible for cleaning those items. But, the areas
themselves must be cleaned. The small business will also be providing
services in some secured areas. In addition to the preceding, the small
business will also be responsible for administrative and clerical
activities associated with performing all tasks. The normal workweek
for these services is Monday through Friday. Work is to be scheduled to
avoid interference with normal Government business. Occasional routine
and non-routine service on weekends will also be required. Generally,
shampooing of carpeting and tile floor care are performed after
standard work hours. Because GRC personnel work flexible work schedules
and some personnel performing tests work second and third shifts, our
operational/research workloads vary. Hence, interested firms are
expected to be flexible in developing routine cleaning schedules. The
current janitorial support is being split between two shifts; however,
any new firm(s) will have some latitude in the shift assignments
providing they adhere to some specific time restrictions listed for
some buildings. All work is to be performed in accordance with Federal,
State and Local laws and regulations (including NASA and Glenn safety
and health requirements) as well as GRC policy, regulations and
procedures. Interested firms will be required to comply with the
Standards for the Tracking and Management of Medical Waste, (CFR Title
40, Part 259); and the Ohio Revised Code, Section 3745-27-30 State of
Ohio Infectious Waste Regulations; OSHA's Blood borne Pathogens
Standards; and DOT Hazardous Materials Regulations. Firms must also
comply with OSHA Toxic and Hazardous Substances standards (29 CFR
1910.1001 and 29 CFR 1926.1101 and preamble) in performance of
janitorial services and associated training. WHAT WE ARE NOW SEEKING We
are seeking a contractor (or subcontractors) to provide routine,
unscheduled, and emergency services, as described below: Routine
Services Routine services consist of -- dusting of office furniture and
fixtures -- tile and hard-surface floor care -- carpet cleaning (once
per year) -- cleaning rest rooms -- carpet vacuuming -- window cleaning
(once per year) -- winter wet mopping -- wall washing in restrooms
(once per year) -- reoccurring special-event cleaning -- the loading,
crushing and packing of excess trash in dumpsters -- cleaning public
telephones and booths -- cleaning slop sinks -- cleaning eye wash
stations and ear plug stations -- routine HVAC vent cleaning (once
every two years) -- picking up and removing from GRC bagged and
identified bio-medical waste according to all Federal, State, local and
GRC regulations Interested firms are expected to use environmentally
safe practices for the above services. Unscheduled Services Unscheduled
services include janitorial and related services required on an
unscheduled or irregular frequency. Unscheduled services span a wide
variety of cleaning tasks such as -- cleaning approximately ten "Clean
Rooms" -- cleaning light fixtures -- cleaning and high dusting of
ceilings and fixtures (7-foot to 70-foot heights) -- cleaning drapes
and venetian blinds -- cleaning and installing carpeting -- installing
drapes -- washing metal furniture and cleaning upholstered furniture
-- cleaning wood paneling -- sealing concrete floors -- cleaning for
special events, e.g. floor and carpet sweeping before and after an
event, spot cleaning of carpets, damp mopping, emptying trash
receptacles, cleaning of tables and low dusting -- industrial cleaning,
i.e., cleaning the interiors and exteriors of test equipment such as a
settling chamber, air headers and vacuum chambers and the removal of
some petroleum-based residue or film. Emergency Services Interested
firms are also expected to be available to provide emergency cleaning
when requested by the Government. Emergency service, i.e., Trouble
Calls, typically includes such items as clean up of overflowed rest
room fixtures, spills or floods, muddy or wet entrances, broken glass
and carpet repairs. It also includes the cleanup of flooring, walls or
fixtures where employee accidents have occurred. The service
provider(s) is to be accessible for emergency service calls 24 hours a
day, seven days a week with calls to be serviced within two hours.
REQUESTED RESPONSE Interested HUB Zone and Veteran-owned small
businesses should submit their capability responses by July 24, 2000 to
Carl L. Silski, NASA Glenn Small Business Officer, 21000 Brookpark
Road, Mail Stop 500-313, Cleveland, Ohio 44135. Responses may also be
e-mailed to Carl.L.Silski@grc.nasa.gov or faxed to 216-433-5489.
Inquiries of a general nature may be directed to John D. Moore,
Contracting Officer, at 216-433-2778. Inquiries of a work requirement
nature may be directed to Patricia C. Fordosi at 216-433-6759.
Responses received after July 24 may not be considered. Please note
that this synopsis is for information and planning purposes only and is
not to be construed as a commitment by the Government. Further, the
Government will not be financially responsible for any expenses
incurred in providing information solicited. Responses should be
limited to no more than SEVEN pages. These pages should consist of: (1)
A COVER letter (no longer than TWO pages) which briefly describes your
company, succinctly addressing, but not necessarily limited to, the
number of years in business, annual sales over your last three business
years, the number of employees you have now and over your last three
business years, and your demographics. For your demographics, indicate
whether you are: a) A Certified HUB Zone Small Business b) A Small
Business in the Process of Becoming HUB Zone Certified c) An 8(a) firm
that is HUB Zone Certified or in the Process of Becoming HUB Zone
Certified d) A Veteran-owned Small Business e) A Service-disabled
Veteran-owned Small Business (meaning a veteran with a disability that
is service-connected) f) A woman-owned small business in any or all of
the preceding five categories g) A disadvantaged small business in any
of the first five categories. Your cover letter should also indicate
whether you are interested in being: a) a prime contractor b) a
subcontractor, or c) either a prime or subcontractor. In addition,
please briefly describe your current commercial practice regarding
service warranties, billing discounts, contract financing and required
terms for payment, acceptance/rejection of work performed, and
anything else you feel appropriate. Also, please provide your e-mail
address, if you have one, in your cover letter. (2) No more than FIVE
pages describing your capability and experience. Your experience should
be described in relationship to the above-anticipated scope of work.
Posted 07/07/00 (D-SN472595). (0189) Loren Data Corp. http://www.ld.com (SYN# 0092 20000711\S-0006.SOL)
| S - Utilities and Housekeeping Services Index
|
Issue Index |
Created on July 10, 2000 by Loren Data Corp. --
info@ld.com
|
|
|