Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2003 FBO #0697
SOLICITATION NOTICE

S -- Aseptic Custodial / Janitorial/ Housekeeping Services for the Army Rodriguez Health Clinic in Fort Buchanan, Puerto Rico 00934.

Notice Date
10/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army South, Directorate of Contracting, Attn: SOFB-DOC, Fort Buchanan, PR 00934-3400
 
ZIP Code
00934-3400
 
Solicitation Number
W33BWP-3274-9044
 
Response Due
11/7/2003
 
Archive Date
1/6/2004
 
Point of Contact
Jannette Delgado, 787 707 4528
 
E-Mail Address
Email your questions to U.S. Army South, Directorate of Contracting
(rodrigjd@usarso.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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 b eing requested and a written solicitation will not be issued. This is a request for quote for one base year plus four option years. Non-personal service to provide all labor, materials, insurance and all incidentals which are necessary to perform work in connection with aseptic custodial services in accordance with the Statement of Work, Technical Exhibits and Quality Assurance Plan. Interested parties must contact this agency to request a full solicitation package. REQUIRED: Trained personnel and with previous experience in the ASEPTIC Custodial / Janitorial/ Housekeeping Cleaning Industry. Period of Performance : 1 December 03 to 30 November 04. Site visit attendance and proof of receipt in full the solicitation package is required in order to accept any proposal (no exeptions). All interested parties must contact Jannette Delgado to coordinate site visits, to obtain full solicitation package a nd or for any further questions at 787-707-4528. Site visits will be held, ONLY, on Wednesday 29 October 2003 at 9:00am. PROPOSALS: Must be received via in person, fax, e-mail or regular mail in or before 4:00pm (local time) of the business day 7 November 2003. To avoid any exclusions, interested parties must confirm receipt of the package / proposal by this agency. Proposa l package must include all required certification submittals, insurances, Required Reports listed on Technical Exhibit 4 and filled/completed Offeror??????s Representation and Certification??????s blanks FAR 52.212-3 (Form Attached). The selected contr actor must provide other reports listed on Technical Exhibit 4 upon issuance of the award. The contractor must have a Cage Code / DUNS from the Central Contractor Registration. Method of Payment: Electronic Funds Transfer (must be CCR) or Credit Card. English Language Documentation: All contractor-prepared correspondence furnished under this contract shall be written in the English language. Liability. For the purpose of this contract, the Contractor is considered as an independent contractor and not as an agent of the U.S. Government. During performance, the Contractor shall be liable and will indemnify and hold harmless the Government, its agents and employees against all actions or claims for all damages to persons or property, including death arising or resulting from fault, negligence, wrongful act, or wrongful omission of the Contractor, his agents or employees. This contract is subject to Federal Holidays, Only. Potential Contractors may be excluded from the competition if failure to comply with the above. For any further questions and interested parties to obtain a hard copy of this solicitation please contact Jannette Delgado at 787-707-4528. STATEMENT OF WORK SECTION C-1 GENERAL C.1. GENERAL REQUIREMENTS: Revised October 22, 2003 jmr/pnd C.1.1. Scope of Work. C.1.1.1. The Contractor shall furnish all management, labor, supervision, management support, training, transportation, equipment and materials C.1.1.2. All references to locations and functions of rooms/areas are, as they will exist at contract commencement date. Such references do not necessarily indicate that these locations or function designations will remain stable. The Rodriguez Army Heal th Clinic (RAHC) executive staff may change them when necessary to adjust operational procedures. C.1.1.3. This contract covers Rodriguez Army Health Clinic and all assigned buildings. Rooms and areas are listed in Technical Exhibit 3. C.1. 2. Personnel: The contractor shall assign housekeepers dedicated solely to the RAHC Buildings 21, 23, 312, 676. Contractor shall provide housekeeping staff during the following times- (1) Building 21 = 10,730 SF and Building 23 = 3,416 for a total of = 14,146 SF. REQUIREMENT: The housekeeping contractor shall be required to provide housekeeping service between the hours of 1500 hrs - 1900 hrs, Monday thru Friday (2) Building 676 = 2,077 SF REQUIREMENT: The contractor shall provide housekeeping service between the hours of 1200 hrs - 1400 hrs, Monday thru Friday. (3) Building 312 = 2406 SF REQUIREMENT: The contractor shall provide housekeeping service between the hours of 1400 hrs - 1600 hrs. C.1.3. Training. The contractor shall have a training program that covers all aspects of the scope of work. A copy of the training programs shall be provided to the contracting officer with the contractors cost proposal for evaluation. Training provided shall comply with federal, state and local requirements. C.1.4. Records of employee training shall be a documented and maintained by the Contractor and made available to government evaluators upon request. C.1.5. Uniforms. C.1.5.1. All of the Contractor??????s housekeeping employees shall wear a standard distinctive uniform of the same color and design clearly distinguishable from all military uniforms. C.1.5.2. The housekeeping personnel shall be required to wear photo Identification cards with employee??????s name and firm provided by the government. C.1.6. Health Requirements: C.1.6.1. The Contractor shall be responsible for all pre?employment physical examinations. Required medical examinations and treatment for all related job injuries or illness shall be the responsibility of the Contractor. Government officials at Governmen t expense will perform any additional examinations. C.1.6.2 Emergency treatment to prevent loss of life, limbs, or prevent undue suffering will be provided to contract employees injured while on duty at the RAHC. The Contractor shall be charged for medical services provided in accordance with current polic ies regarding civilian emergencies or Government/Contractor personnel. C.1.6.3. RAHC employee health polices and regulations shall apply to contractor employees. C.1.7. Contractor Quality Control Program: The contractor shall establish and implement a Quality Control Program to assure all requirements of the contract are provided. C.1.8. Government Quality Assurance Surveillance (QASP) The government will monitor the contractor??????s performance under this contract, in part using a method of surveillance and by select audits of the contractor??????s own written schedules and proce dures. C.1.9. Contractor Procedures Manual: This manual shall consist of a collection of narrative direction/work instructions and standards for the use of Contractor personnel in implementing contractual obligations. Contractor standards shall not conflict wit h, but may expand on, Government standards. The Contractor shall submit their Procedures Manual to the Contracting Officer with their cost proposal. The Procedure Manual accepted by the government at the time of award will become part of the contract. A fter contract award the contracting officer will approve any and all changes. C.10 Emergency Response: Emergency response by Contractor employees may require (over and above routinely scheduled work) to provide patient welfare and safety of the building as a result of mass casualty situations or natural disasters. The clinic shall be maintained, as closely as possible in a hygienically clean condition during e mergency situations and returned to a totally clean condition within 8 hours after termination of the emergency situation. C.10.1 Spill Response: During assigned duty hours, contractor personnel shall observe overhead paging system in the event of cleaning up spills in less than 5 minutes. C.10.2 The contractor shall ensure that Contractor employees eat or smoke in designated area only. C.10.3 The contractor emp loyees shall be able to speak, read and write in English. C.11. Building Security and Conservation. C.1.11.1. Keys: The Contractor shall not be issued any keys in the Clinic. C.1.12 Occupational Health and Safety: The Contractor shall submit a copy of their safety program to the contracting officer with cost proposal. C.1.13. Familiarization with applicable Federal, State, Local, installation and clinic regulations and policies, including fire prevention, ground safety, employee health, universal/standard precautions, Bloodborne Pathogen, exposure control plan, person al protective equipment, tuberculosis, respiratory protection plan, and appropriate disaster plan. C.1.13. Familiarization with contractor??????s technical and procedural manuals provided as part of the medical facility adapted manual. C.1.14 Contractor shall comply with, OSHA Hazard Communication standard (HCS) 29 car 1910.1200. This includes location and access to the Material Safety Data Sheet (MSDS) file for products used by the contractor and government personnel, hazardous chemi cal inventory and standard operation procedures (SOP) or operating instructions governing non routine task involving hazardous materials. C.1.15 Contractor shall provide Housekeeping employees with immunizations as required by OSHA Bloodborne Pathogens Standard at his own expense. Any additional requirements will be identified by local RAHC policy. Occupational Health Service shall be pr ovided a copy of each employee immunization status. C.15.1. Contractor shall comply with Occupational Safety and Health Administration (OSHA) 29 CFR Part 1910.1030. Occupational Exposure to Bloodborne Pathogens, and Exposure Control Plan applicable at RAHC. Contractor shall provide a copy of their Exposure Control Plan with their proposal. C.1.16 Contingency Plan: The contractor shall prepare a contingency plan to submit with their cost proposal showing in detail how the contractor shall perform contract requirements in the event of labor dispute or strike by contractor personnel and, natura l disasters. C.1.16.1 A written report identifying all needed maintenance repairs observed by housekeeping services personnel on each shift shall be submitted NLT 1600 hrs daily. These would include such repairs as broken windowpanes, faulty light fixtures, protrud ing nails, broken moldings. This report shall be provided to the RAHC??????s NCOIC on a daily basis. C.1.16.2. . The contractor shall submit a daily list no later than 0800 of all areas where floors were stripped and waxed per schedule to the NCOIC of RAHC. C.1.16.3 Schedules for all non-daily services shall be provided to the Contracting Officers Representative (COR) at least 5 days prior to the month of accomplishment. Schedules shall include the date, and schedule of completion of each contract requirem ent. Any changes shall be in writing to the COR at least 24 hours in advance of beginning of the schedule services. C.1.16.4.. From start up date of contract the contractor shall submit written rosters of personnel working in the facility and shall provide updates as they occur. C.1.16.5. EMPLOYEE HOURS REPORT: The contractor shall submit in writing to the COR a written report by the third day of each month the total number of hours worked by each employee, the number of employees utilized during the previous month, and the total number of employees working for t he contractor. This information is required for the government??????s workload and accounting system. C.1.17. No electrical or air powered patient care equipment shall be moved or cleaned by the contractor, this, includes surgical instruments, computer equipment, and all physiological monitoring equipment. C.1.7.1. Any equipment the contractor is required to clean shall be cleaned when not in use in accordance with equipment manufacturer??????s instructions. C.17.2. Equipment that is plugged in for recha rging shall not be unplugged. This includes computers and telephones. C.1.17.3 Dental chairs, wheelchairs, gurneys, examination tables, and all other furniture and equipment not excluded herein shall be cleaned in accordance with the Manufacturer??????s recommended cleaning procedures along with instruction from the Contr actor??????s procedure manual. The Contractor is responsible to move such furniture and equipment to allow for cleaning both underneath and behind. The Contractor is responsible for cleaning all furniture and equipment not exempted.
 
Place of Performance
Address: U.S. Army Rodriguez Health Clinic Building 21, 23, 676 & 312 Fort Buchanan PR
Zip Code: 00934-3400
Country: US
 
Record
SN00458668-W 20031025/031023213250 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.