Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

S -- Power Washing Services of all the Smoke Shacks

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-10-RQ-0073
 
Response Due
3/15/2010
 
Archive Date
5/14/2010
 
Point of Contact
Jaime KrystyniakContracting Officer
 
E-Mail Address
Jaime Krystyniak
(Jaime.Krystyniak@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 shall not be issued. Solicitation number VA-251-10-RQ-0073 is being issued as a Request for Quotation (RFQ) in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34. All applicable provisions and clauses are included in this solicitation. This electronic announcement constitutes the only solicitation being issued. This procurement is a 100 percent small business set-aside. The North American Industry Classification System (NAICS) code is 561720, and the small business size standard is $16.5 million. Women-owned, service-disabled veteran-owned, and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue a firm-fixed price purchase order for the following: Power Washing Services of all the smoke shacks at the Department of Veterans Affairs Northern Indiana Health Care System Marion Campus located at 1700 East 38th Street, Marion, Indiana. Items, Quantities, and Unit of Measure: CLIN 1: Item Description: Contractor shall clean all the smoke shacks on the Marion campus; cleaning all the adjoining sidewalks in front of Buildings 138 and 185; and power wash the canopy on the sidewalk from Buildings 138 to 185 in accordance with Statement of Work. Unity/Quantity: 6 MO CLIN 1 Price: $___________________ Description of the services to be acquired: GENERAL: Contractor shall furnish all labor, supervision, management, management support, transportation, supplies, equipment and materials necessary to accomplish the complete power washing services of all the smoke shacks as described herein for six (6) months. The six (6) months cover services beginning April 01, 2010 through September 30, 2010. PRIMARY TASK - GENERAL "Cleaning all the smoke shacks on the Marion campus; "Cleaning all the adjoining sidewalks in front of Buildings 138 and 185; and "Power wash the canopy on the sidewalk from Buildings 138 to 185 All work shall be performed in accordance with the guidelines established by the federal, state and local ordinances and with the Contractor's Procedures Manual and Quality Control Manual. LOCATION SPECIFIC TASKS Marion Campus - The Contractor shall provide power washing services at the VA Northern Indiana Health Care System located at 1700 E. 38th Street, Marion, Indiana. SCHEDULING Hours of Operation: Normal business hours are 8am to 4:30pm, Monday through Friday, excluding federal holidays. In no event shall the Contractor carry on work outside of regular agreed upon working hours without prior approval of the Contracting Officer's Technical Representative (COTR). Start/Finish Dates: An anticipated work schedule detailing when work is to be performed shall be submitted to the Contracting Officer or his/her representative (COTR) no later than the work start date. All work shall be completed within six (6) months of start date. Daily Work Schedule: Contractor shall provide a schedule of the specific areas in with the Contractor will be working 24 hours in advance. This schedule will be submitted to the Chief of Environmental Management Services and/or his/her representative. The Contractor shall submit a daily progress report to the COTR at the completion of the daily routine. Postponement/Delays: In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, then the work shall be rescheduled to a date and time satisfactory to the Contractor and the Department of Veterans Affairs. Postponement due to climate or weather conditions will not reflect any penalties assessed to the Contractor nor shall there be an additional cost to the Government. Quality Control/Assurance: The Chief of Environmental Services or his/her designee will make daily inspections of the completed areas. The Contractor will be notified no later than the following work day of any unsatisfactory work and such work shall be redone to meet the specifications as stated. Contractor personnel shall not lend keys or open locked rooms or areas to permit entrance by persons other than contractor personnel performing assigned duties. All rooms found locked are not to be left unattended while performing duties under this order and shall be relocked by the contractor's personnel upon completion of duties. There may be certain areas identified by the COTR in which contractor personnel must immediately notify the COTR or security/medical center police if a door is found unlocked. Clearance/Access Controls: Contractor and all personnel shall comply with the security clearances of access controls within the medical center. In the event that the Contractor has to obtain access to areas that require special security precautions, the COTR will notify the Contractor prior to access. PERSONNEL QUALIFICATIONS AND REQUIREMENTS Supervision: The Contractor shall specify a project manager who shall have the responsibility for performance of services. The project manager shall be competent to supervise all aspects of the project and shall be available on-site within hours after notification during the performance of work. The Contracting Officer shall be notified in writing of the name of the project manager and any changes in personnel appointed to act for the Contractor as the Contractor's representative in the absence of the Contractor. Uniforms and Employee Identification: The Contractor shall provide to all personnel assigned to the performance of this project standard distinctive uniforms that are clearly distinguishable from all Department of Veterans Affairs uniforms. All uniforms are to be worn as designated by the manufacturer. Uniforms shall be clean and maintained in good repair. The Contractor shall provide identification for each employee consisting of the employee's name and the company name. Identification shall be worn on or in the area of the left breast pocket. Workers' Compensation: The Contractor agrees to procure and maintain for the period of performance Workers' Compensation and Employer's Public Liability Insurance in accordance with the laws of the State of Indiana. The policy shall provide coverage for public liability limits of not less than $100,000.00 for each accident and at least $500,000.00 if more than one (1) person is involved. The Contractor shall obtain all necessary licenses and/or permits required to perform power washing services. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this work. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this order that is caused by his/her employee's fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Indiana. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees shall not be the responsibility of the Contractor here-under with the regard to any claims, loss, damage, injury and liability resulting there from. EVIDENCE OF INSURANCE COVERAGE: Before commencing work, the Contractor shall furnish the Contracting Officer a certificate of insurance indicating the coverage and containing a clause specifying that cancellation of or any material change in the policies, which adversely affect the interests of the Government with such issuances, shall not be effective unless a 30 day notice of the cancellation or change is furnished by the Contracting Officer. SAFETY AND FIRE PREVENTATION: In the performance of work, the Contractor shall take such safety precautions necessary to protect the lives and health of occupants of the building. The Contractor shall immediately correct any fire and safety deficiencies caused by his/her personnel. If the Contractor fails or refuses to correct deficiencies promptly, the Contracting Officer may issue an order stopping all or any part of the work. The Contractor shall comply with applicable federal, state, and local safety and fire regulations and codes, which are applicable to the work required under any work resulting from this solicitation. The Contractor shall keep abreast of and comply with changes in these requirements and codes applicable to the work performed. The Contractor's personnel shall follow all applicable facility policies concerning fire/disaster programs. All materials and equipment shall be removed from the facility or stored properly at the end of the work day and secured during the work day. DAMAGE AND EQUIPMENT LOSS: All tasks accomplished by the Contractor's personnel shall be performed to preclude damage or disfigurement of government-owned furnishing, fixtures, equipment, architectural and/or building structures. Contractor shall report any damage or disfigurement of these items when caused by the Contractor's personnel and shall perform repairs or replace government-owned equipment, fixtures, furnishings, ground, architectural and/or building structures to their previous existing condition. CONSERVATION OF UTITLIES: The Contractor shall instruct his/her personnel in utilities conservation practices. The Contractor shall be responsible for operations under conditions, which preclude the waste of utilities which shall include, but not necessarily limited to: "Lights shall be used only in areas where at the time when work is actually being performed unless otherwise directed "Mechanical equipment controls for heating, ventilation and air conditioning systems will not be adjusted by Contractor's personnel "Water faucets or valves shall be turned off after use "Government telephones shall not be used for personal reasons or for any toll or long distance calls INTERFERENCE TO NORMAL FUNCTIONS: The Contractor's personnel shall be required to interrupt their work at any time to avoid interference with patient care procedures and normal functions of the facility, including utility services, fire protection systems and passage of facility patients, personnel, equipment and carts. MATERIALS, EQUIPMENT AND TOOLS: Technical literature and/or descriptions of all materials, equipment and tools proposed for use by the Contractor shall be submitted to the Contracting Officer or his/her designee for approval prior to start of work and whenever a change is requested. All Contractor furnished materials, equipment and tools used shall be standard products from manufacturers regularly engaged in the production of such items. The Contractor shall secure all materials. The Government assumes no liability for loss or damage to Contractor-owned property held on Government premises. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR): A COTR will be designated by the Chief of Environmental Management Services. The Contracting Officer will delegate limited authority to the COTR to generally direct the work of this order, including but not limited to the following: work schedules, inspections of services, acceptance of services and certification of payments. The COTR will coordinate access to required areas in a timely manner and report to the Contracting Officer issues involving performance or other problems encountered. Contractor shall notify the COTR in a timely manner of any area his/her personnel are unable to access and any other problems encountered which prevents the satisfactory performance of any part of the work specified herein. The Contractor shall be responsible for damages caused by his/her personnel and shall notify the COTR promptly of any damage to Government property. The provisions 52.212-1, Instructions to Offerors (JUN 2008), as modified, applies to this acquisition. In your quote, please provide: company name, address, telephone number, date of quote, quote price; Tax ID #; and DUNS Number, Additionally, your company shall be registered in the Central Contractor Registry (CCR) System and your online Representations and Certifications shall be completed at the following website: http://orca.bpn.gov/publicsearch.aspx. If Offeror is not registered in the Online Representations and Certifications Application, they shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items with their quote. Addendum to FAR 52.212-1 includes VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008). The provision at 52.212-2, Evaluation-Commercial Items (JAN 1999), as modified, applies to this acquisition. The Government will award a firm-fixed price purchase order from this solicitation to the responsible Offeror with the lowest price. The individual item price will be evaluated for price reasonableness. Only quotes that conform completely to the requirements in the Statement of Work will be considered. The Government intends to make award without discussions. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. If an offeror cannot comply with all requirements, that quote will not be acceptable. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009) with addendum is applicable to this acquisition. Addendum to 52.212-4: 52.223-10 Waste Reduction Program (Aug 2000); 52.228-5 Insurance - Work on a Government Installation (Jan 1997); 852.203-70 Commercial Advertising (Jan 2008); 852.237-70 Contractor Responsibilities (Apr 1984); The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jun 2009) with the following cited clauses applicable to this acquisition: 52.222-3 Convict Labor (Jun 2003); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.222-41 Service Contract Act of 1965 (Nov 2007); ); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), (Wage Determination 05-2189, Revision 7 06/02/2009 applies for Grant County, IN)(equivalent Federal wage rate for DOL occupation 11360 Window Cleaner is $12.08 per hour in Grant County); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The full text of any clause may be accessed electronically at http://www.acquisition.gov/far/index.html and http://www.va.gov/oamm/oa/ars/policyreg/vaar/ Quotes shall be received by 4:30PM EST, Friday, March 12, 2010, by e-mail at Jaime.Krystyniak@va.gov, FAX 317-988-1809, or mail to: Jaime Krystyniak, Contracting Officer, VISN 11 Contract Service Center (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202-2803. Quotes shall contain all information requested above in FAR 52.212-1. The Government will not reimburse any interested parties for any monies spent to provide a response to this combined solicitation/synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA-251-10-RQ-0073/listing.html)
 
Place of Performance
Address: VA Northern Indiana Healthcare System;Marion Campus;1700 East 38th Street;Marion, IN
Zip Code: 46953
 
Record
SN02081187-W 20100304/100302235718-014232717bc810831a9e28aa1c9dfeef (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.