Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOURCES SOUGHT

79 -- Kitchen Range Hood Cleaning Services

Notice Date
5/10/2006
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-T-0097
 
Response Due
6/1/2006
 
Archive Date
7/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Synopsis Class Code: Services and Supply NAICS Code: 561790  SIC Code 7349 Subject: Kitchen Range Hood Cleaning Services Project Number: W45XMA-6068-9086 Set-Aside Code: Total Small Business RESPONSE DATE June 1, 2006 Place of Performance: Fort Hood, TX Description: Information Needed: SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FRO M THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a), Historical ly Underutilized Business Zones (HUBZone), Veteran Owned Small Business Concern (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Historical Black Colleges and Minority Institutions (HBCU/MI), and Indian organizations and Indian-owned economi c enterprises) to compete and perform a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Contract. The Government is seeking qualified, experienced sources capable of performing the attached Scope of Work. The general over all scope of work of th is acquisition will include cleaning all kitchen range hoods at Ft Hood, TX main cantonment, West Ft Hood and North Fort Hood areas. The contractor shall provide all supervision, labor, equipment, materials, and transportation necessary to perform the se rvices. The Government is requesting that members of the Small Business Community interested furnish the following information: (1) Company name, address, point of contact, telephone number, and email address. (2) Type of Small Business Community member (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (HUBZone), Veteran Owned Small Business Concerns (VOSB), Service Disabled Veteran Owned (SDV(SB), Historical Black Colleges and Mino rity Institutions (HBCU/MI) Indian organizations and Indian-owned economic enterprises) under the North American Industry Classification System (NAICS) code 561790 which contains a size standard of $6,000,000.00. (3) Provide DUNS/CAGE number of your busin ess. (4) Provide a general statement of your capabilities and demonstrate the capacity to perform the work. (5) Demonstrate specialized experience in the cleaning of kitchen range hoods. Include name, address, telephone number, and email address of refer ences. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be the same or similar to the work described in this announcement. (6)Provide no more than three references, for no more than three of the most recent and relevant contracts performed. All contractors, to be eligible for award of a Government contract, MUST be registered in CCR. Contractors may register via the CCR Internet site at http://www.ccr.gov or by cont acting the DOD Electronic Commerce Information Center at 1.888.227.2423. Email responses to this request are preferred and should be email to Gerard.Henry.MAJ@swf02.usace.army.mil. Faxed responses to this request should be sent to: Fax Number: (817) 886 -6403 or (817) 886-6410, ATTN: MAJ Gerard Henry. The due date and time for responses to this announcement is 4:00 pm local time for Fort Worth, TX, on 1 June 2006. Point of Contact is MAJ Gerard Henry at (817) 886-1070 or Keith Oligschlaeger at (254) 28 7-5118. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Scope of Work PERFORMANCE WORK STATEMENT FOR HOOD CLEANING SERVICES Fort Hood, Texas C.1. GENERAL. C.1.1. Scope of Work. The Contractor shall provide all supervision, labo r, equipment, materials, and transportation necessary to perform Kitchen Range Hood Cleaning Services in accordance with the following specifications. C.1.1.1. Work Site. Contract work shall be performed at Fort Hood, TX in the main cantonment, West Fort Hood and North Fort Hood areas. Fort Hood is located approximately 60 miles north of Austin and 50 miles south of Waco, Texas. The main cantonment ar ea is approximately 20 miles West of Interstate Highway 35 at Belton, Texas, and adjacent to Killeen, Texas. West Fort Hood is immediately adjacent to the main cantonment. North Fort Hood is approximately 20 miles north of the main cantonment. A map of th e three cantonment areas will be furnished to the Contractor after contract award. C.1.1.2. Contractor Working Hours/Days. The contractor shall clean all kitchen range hoods at the individual locations and at the specified cleaning intervals listed in Technical Exhibit A. Starting times and scheduled dates, as required in C.1.1.3. Be low, will vary depending on the operating hours of the individual locations. The contractors workings hours and days will be as necessary to accomplish the required hood cleaning at each respective location without interfering with normal operations. Up on request by the Contracting Officer, the contractor shall work weekends and Federal Holidays at no additional cost to the Government. C.1.1.3. Work Schedules. The Contractor shall develop a work schedule for each month of the contract and provide it to the Contracting Officer for approval at least 10 normal working days before the first day of each month. The work schedule shall includ e the start date, start time, number of kitchen range hoods per location, building number, facility name, first and last name of facility contact Point of Contact (POC), phone number, and comments. All work shall be scheduled one month in advance. The Con tractor shall follow the approved schedule of work. C.1.1.4. Work Control, Records, and Reports. The Contractor shall establish and implement a Work Control, Records, and Reports Plan that includes all work control procedures necessary to ensure the timely and acceptable accomplishment of all contract work requirements and permit tracking of work in progress. The contractor shall submit a Work Control, Records, and Reports plan to the Contracting Officer 10 days prior the contract start date. The Contractor shall be responsible for: (1) Planning, completing checklists and scheduling work, (2) Assuring material and labor availability C.1.1.5. Documentation. Documentation shall be submitted by the Contractor, to the Contracting Officer for approval no later than 10 normal working days prior to initial contract start date and no later than 10 normal working days prior to all option year start dates. Contractor data submissions shall be computer generated and shall be signed and dated by the Contractors project manager. All documents shall be prepared in Microsoft Word or Excel. C.1.1.6. Coordination. The Contractor shall perform all required coordination for facility access, work performance, and hood cleaning. The Contractor shall notify the facility POC a minimum of 1 Month prior to performing work. C.1.1.7. Damage to Personal Property. The Contractor shall be responsible for all damage to Government and occupant personal property caused by the Contractors personnel, subcontractors, his agents, or by the performance of his work. C.1.1.7.1. Damage by Negligence. Contractors response to damage deemed critical by the Government such as gas leaks, electrical outages, and loss of heat during cold weather, water leaks, unsecured facilities, weather damage, oil /hazardous waste spills or similar events shall be immediate and continuous until the crital aspect of the damage is repaired. Final and complete repair shall be accomplished as soon as practi cable thereafter. If the contractor fails to comply with these requirements, the Government reserves the right to repair the damage and charge the cost to the contractor. Contractor shall protect all areas through which he will be transporting materials. C.1.1.7.2. Safety. The Contractor and his employees shall comply with accepted industry safety standards and applicable safety precautions and guidelines contained in these publications at all times while performing work under this contract. EM 385-40 Safety Accident Reporting and Records EM-385-1-1 Safety and Health Requirements Manual 3 November 2003 29 CFR 1910 Occupational Safety and Health Standards (General Industry) 31 JULY 2000 C.1.2. PERSONNEL. C.1.2.1. Project Manager. The Contractor shall designate a Project Manager to the Government for performance of all work under the contract. The Project Manager must be able to read, write, and speak English. The Project Manager shall be employed by the prime contractor and report directly to the company president. The Project Manager shall be on site during all work and is responsible for total management and coordination of the contract. The Contractor shall provide in writing, the name and telephone number of the designated Project Manager to the Contracting Officer in accordance with (IAW) C.1.1.5. The Contractor shall provide written notice to the Contracting Officer five days in advance of any change of Project Manager. C.1.2.1.1. The Contractor shall provide to the Contracting Officer a local or toll-free telephone number where the Project Manager can be contacted. The use of telephone recording, answering devices services are not an acceptable means to satisfy this con tract requirement C.1.2.1.2. The Contractor shall provide, in writing, to the Contracting Officer, a list of all Contractor employees, (IAW) C.1.1.5. The employee list shall state each employee's name, job title, professional certificates and/or licenses, drivers license number and vehicle type. Additions to the list shall be submitted, in writing, to the Contracting Officer, one normal working day in advance of any personnel changes. C.1.2.1.3. Contractor inspection and supervising personnel shall be appropriately certified in accordance with standards defined in paragraph C.2 Definitions. A list of employees and a copy of there certifications shall be submitted to the Contracting Offi cer 10 days prior to the contract start date. Personnel employed by the Contractor shall provide to the Contracting Officer within one normal working day changes to the employee list and a copy of the certification. All personnel shall be legal residents o f the United States and shall be able to read, write and speak the English language. C.1.2.1.4. Contractor personnel shall present a neat appearance and visibly wear Contractor furnished employee identification badges, while physically on the installation. Each badge shall include, at a minimum, company name, employee name, employee photo , contract title, contract number, and contract expiration date. The Contractor shall turn in identification badges to the Contracting Officer upon termination of employment or completion of the contract. Contractor employees shall not wear any part of a current authorized military uniform while performing work under the contract. The Contractor shall be responsible for the supervision and conduct of his employees. Contractor employees may experience minor delays associated with entering secured areas o r locating customers. C.1.3. QUALITY CONTROL (QC). C.1.3.1. The Contractor shall establish and maintain a complete Quality Control Plan to ensure the requirements of the contract are provided as specified. One copy of the Contractors Quality Control Plan shall be provided to the Contracting Officer no lat er than 10 days prior to contract start. An updated copy must be provided to the Contracting Offic er within 10 days of any changes. The Quality Control Plan must be approved before work can began under this contract. C.1.3.1.2. The Quality Control Plan shall describe specific surveillance techniques for all Contract services. The Quality Control Plan shall describe an inspection system that covers all the tasks required under these specifications. The Quality Control Plan shall specify areas to be inspected on either a scheduled or non-scheduled basis and how often inspections will be accomplished. The plan shall include a method of identifying deficiencies in the quality of services performed before the level of perf ormance becomes unacceptable. The Project Manager shall be responsible for the quality of the work performed by the Contractors employees. A copy of all Quality Control Reports shall be submitted to the Contracting Officer within 10 days of completion of each months scheduled services. The Quality Control Plan is subject to the Governments approval and may not be changed without prior approval by the Government. C.1.4. QUALITY ASSURANCE (QA). C.1.4.1. The Government will perform QA, in accordance with the Performance Assessment Plan, for work performed prior to payment to the Contractor. If work is rejected during a scheduled inspection the Contractor will either be able to correct the deficien cy at that time or if the Contracting Officer deems necessary to reschedule the inspection, then the Contractor will re-schedule work to correct the deficiency. C.2. DEFINITIONS. C.2.1. Accredited Certifying Organization. A certifying organization, which holds a valid Certificate of Accreditation that meets the requirements of NFPA 96. C.2.1.1. Certified Inspection Supervisor. A person certified by an accredited certifying organization as meeting the standards in NFPA 96. C.3. GOVERNMENT-FURNISHED PROPERTY. C.3.1. Government Furnished Property will be provided as is and shall be utilized exclusively in the performance of the contract and in compliance with applicable Federal, State and local laws, standards, codes and directives. C.3.1.1. Utilities. The Government will furnish water and electric current at existing outlets, as may be required in the performance of work in Government owned facilities under this contract. The Contractor shall, at all times, make every effort to conserve all utilities while performing services in Government facilities in accordance with FH Reg. 420-9, the Fort Hood Energy Efficiency Program. C.3.1.2. Drawings and Maps. The Contracting Officer will provide area maps upon award of this contract. Upon request, the Government will offer the use of as-built drawings or hard-copy drawings on the same (self-help) basis as is provided to other instal lation customers. It is anticipated that these drawings may not contain the correct or current information and are provided only to assist the Contractor in determining the general location of systems and devices within facilities. C.3.1.3. Request for Service Information. Initial service locations are provided in Technical Exhibit A. Service locations may be added or eliminated during the term of this contract at the Governments option. The Contracting Officer will provide adequ ate information to identify when service is to be modified. This information will include a (POC), phone number, location, facility number, and total number of hoods to be added or eliminated at that location. C.3.1.4. Keys. The Contractor will be issued keys to all areas that require access to perform the requirements of the Contract. The Contracting Officer will coordinate the issuance of all keys. All Government keys issued to the Contractor shall be retu rned to the Government upon completion of the Contract. All lost keys will be the responsibility of the contractor, and may require re-keying of the building at the contractors expense. C.4. CONTRACTOR FURNISHED PROPERTY. C.4.1. The Con tractor shall provide everything necessary to fulfill the requirements of the contract. Contractor furnished property shall meet applicable federal, state, local, and Army laws, codes, and regulations. Contractor furnished property is subject to Governme nt inspection. C.4.1.1. Property Guidelines. Contractor's property shall be equipped with protective and safety features, in good repair, and clean in appearance. The Contracting Officer has the right to require the Contractor to remove from the installation, Contrac tor furnished property that is inoperable or unserviceable for any reason. C.4.1.2. Vehicle Identification. Contractor vehicles shall be identified with the Contractor's company name; in 3 inch block letters of a color that contrasts with its background. The Contractor shall provide a list of vehicles to the Contracting Office r. Contractor shall provide to the Contracting Officer any vehicle changes two days prior to implementation. All vehicles entering post shall be registered with the Fort Hood Provost Marshal prior to commencement of work under this contract. C.4.1.3 Permits. The Contractor shall obtain all required licenses and permits for performance of work, in compliance with all applicable federal, state and local laws. C.4.1.4. Materials. All materials used by the Contractor shall be provided to the Contracting Officer with Material Safety Data Sheet (MSDS). IAW C.5.1.2. Before any chemicals are used at Ft. Hood a completed Hazardous Material Authorization Request (T echnical Exhibit C) shall be turned in to DPW Environmental Division (Building 4219) for approval. C.4.1.5. Fire Protection Range Hood Cleaning Safety. The Contractor shall insure that safety devices are effectively protecting the public and site. The Contractor shall maintain a safe job site during progress of work. The job site shall be clean and fre e of all foreign debris upon completion of work. C.4.1.6. Work Stops. If the Contractor fails or refuses to promptly comply with safety requirements, the Contracting Officer may issue an order stopping all or part of work until satisfactory corrective action may be taken. No part of time lost due to s top orders shall be made the subject of a claim for extension of time or for excess costs or damages to the Contractor. C.5. SPECIFIC TASKS. C.5.1. Kitchen Range Hood Cleaning. At the start of the cleaning process, electrical switches, detection devices and system components that may be accidentally activated shall be locked, pinned, protectively covered and/or sealed by qualified personnel ex perienced in servicing and maintaining fire extinguishing systems. Care shall be exercised to not apply chemicals on fusible links or other detection devices of the automatic extinguishing system. All appliances and equipment in the immediate area shall be protected with plastic sheeting while cleaning is taking place. Range hood, troughs, lights, filters, ventilation ducts, ventilation system fan, fan motor, shroud and grilles or louvers shall be cleaned to bare metal. Facilities subject to cleaning are l isted in Technical Exhibit A. Cleaning intervals will include Monthly, Quarterly and Semi-annually. Cleaning start times will vary depending on the operating hours of the individual locations listed in Technical Exhibit A. C.5.1.1. The Contractor shall submit an original of each completed Service Inspection form (Technical Exhibit B) to the Contracting Officer within one normal working day after completion of the Service and shall maintain a copy of each form on file for a minimum of one year. When scheduled facilities are closed on arrival for service, although contractor coordination was accomplished prior to scheduling this facility, there will be no payment for services at these facilities. Payment will only be made on the basis of hood cleaning work accomplished. If the systems cannot be serviced, the Contractor shall immediately notify th e Contracting Officer so that every effort will be made to facilitate the hood cleaning before rescheduling the service. C.5.1.2. Cleaning chemical approved for use on kitchen range hoods shall be used. Cleaning compound shall remove heavy accumulation of animal fats, grease, oils, and other organic matter found in ventilation systems. The Material Safety Data Sheets (MSDS) for all chemicals shall be submitted for Government approval using the form located at Technical Exhibit C. C.5.1.3. Filters, light fixtures and guards, as appropriate without causing damage, are to be soaked in cleaning compound, sprayed with steam or high-pressure washer and rinsed. Fans are to be dismantled and cleaned. C.5.1.4. When cleaning procedures are completed all surfaces in the area shall be clean. A qualified person experienced in servicing and maintaining kitchen range hood systems shall return all components to operation. The area is to be restored to the sam e working order as it was prior to cleaning. C.5.1.5. All kitchen range hoods shall be tagged at each cleaning. Tag placement shall be on the outside of each hood. Each tag shall include the name of company, date of service, date next service due, building number, hood number, and the name of the s ervice technician. C.5.1.6. At the Government's request, the Contractor shall make available, at Fort Hood, all required records for examination and reproduction within one day of request. The Contractor shall submit to the Contracting Officer, printed, original records and soft-copies on the expiration date of each contract year and at the end of the contract. The Contractor shall maintain all required hard-copy records in a legible, complete, orderly, timely, and accurate manner.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01045587-W 20060512/060510221026 (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  © 1994-2020, Loren Data Corp.