Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOLICITATION NOTICE

S -- Janitorial Services - Attachment A

Notice Date
2/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
DHS-11-20056758
 
Point of Contact
Karen R. Petty, Phone: 2023443951
 
E-Mail Address
karen.petty@dhs.gov
(karen.petty@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment A - Frequency Table for Janitorial Services. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-48. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 561720, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This is a small business set aside competition. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor Federal Business Opportunity's website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The contractor shall furnish labor, materials, and equipment as part of a Janitorial Services Contract for the Customs and Border Protection (CBP) facility at the above location. SCOPE OF WORK: This purchase order is for the janitorial services required for the above CBP facility. The Contract Price proposal shall be based on the frequency of the janitorial services outlined below. NORMAL WORKING HOURS: The contractor shall schedule his working hours to coincide with the working hours of the U.S. Customs Service personnel on Mondays and Fridays, 8:00 am - 4:00 pm Eastern Standard Time, except Federal holidays. The contractor shall not perform work during other workdays or during other hours without written approval. Quality Control Provisions a. The Contractor's personnel shall become familiar with and comply with all of the safety and fire regulations that are applicable to other employees working in the building. All material and equipment shall be picked up to eliminate tripping hazards in the work area. Appropriate signs shall be placed in clear view when mopping or waxing floors. b. No materials shall be used which will damage floors, floor coverings, fixtures, woodwork, painted surfaces or other items being cleaned. Materials, which do not comply with applicable fire, safety, or OSHA regulations shall be used. c. Cleaning solutions containing lye shall not be used on asphalt, tile or linoleum floors because this forms an emulsion with asphalted and causes the colors to run or be faded. d. The Government will hold the Contractor responsible for any damage to Government property due to his/her failure to comply with these specifications. e. The Contractor shall ensure that upon completion of work that all tools, equipment, and supplies are returned to the designated storage place. He/She shall also ensure that before leaving an area, all lights are turned off and doors closed, unless otherwise instructed. f. The time spent in performance of the duties under this contract are left to the discretion of the Contractor, since the time spent will be dependent upon the method used to accomplish the tasks. CUSTODIAL SERVICE SPECIFICATIONS/WORK STATEMENT •1. GENERAL REQUIRMENTS The Contractor shall provide labor, supplies, supervision, tools, materials, equipment, and transportation necessary to provide custodial services at the CBP facility, in accordance with this specification. Custodial service applies to all designated spaces including, but not limited to, halls, restrooms, offices, work areas, entranceways, lobbies, and storage area. •2. PERFORMANCE PERIOD OF CONTRACT Base award - April 1, 2011 - March 31, 2012 Option Year One (1) - April 1, 2012 - March 31, 2013 Option Year Two (2) - April 1, 2013 - March 31, 2014 Option Year Three (3) - April 1, 2014 - March 31, 2015 Option Year Four (4) - April 1, 2015 - March 31, 2016 •3. SPECIFICATIONS The custodial services to be furnished under this contract shall be in accordance with Attachment A. •4. DEFINITIONS - TECHNICAL As used throughout this contract, the following terms shall have the meaning set forth below. Clean : Clean shall be defined as free of dirt, dust, spots, streaks, stains, smudges, graffiti, litter, debris, and other residue. Contracting Officer : The warranted official with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. Contracting Officer's Technical Representative (COTR) : The authorized representative for the CBP site is designated as the Contracting Officer's Technical Representative. Contractor : The term Contractor as used herein refers to the Prime Contractor. The Contractor shall be responsible for insuring that his/her employees comply with the provisions of this contract. Contractor Representative: A foreman, superintendent, or manager who has authority to act for the Contractor. Disinfect : Cleaning in order to destroy any harmful microorganisms by application of a suitable chemical agent. Quality Control OC : A method used by the Contractor to control the quality of goods and/or services provided. Regular Working Hours : Unless otherwise specified in these provisions or as directed by the Contracting Officer, custodial services will be performed during the hours of facility operation. The Government's regular working hours are from 8:00 AM to 4:00 PM, Monday through Friday, except: (a) Federal Holidays, and (b) other days specifically designated by the Contracting Officer. Space : A space is an area to receive custodial service but may or may not be considered a room by common definition. Examples of spaces are definable sections of hallways, lobbies, offices, and entrances. Trash Containers : Trash containers are defined as trash receptacles, waste baskets, trash cans, wastepaper baskets, ash trays, or any other container holding trash, paper, or refuse of any type. •5. GOVERNMENT FURNISHED PROPERTY (IF APPLICABLE) At termination of this contract, the contractor shall return all Government-owned equipment that has been assigned to him/her for contract performance in the same condition, less normal wear-and-tear, as when initially received by the Contractor. •6. CONTRACTOR FURNIISHED PROPERTY AND SERVICES The Contractor shall provide equipment, material and labor to perform the requirements of the contract. The Contractor shall take all action necessary to protect his/her and Government furnished supplies, materials, and equipment, and the personal property of his/her employees from loss, damage, or theft. •7. LOST AND FOUND ARTICLES The Contractor shall ensure that all articles found by his/her employees while performing their duties under this contract are turned in to the Contracting Officer's Technical Representative at the facility. •8. STORAGE SPACE AND LOCKER ROOMS Space furnished the Contractor for storage or equipment, supplies, and for his personal use, shall be returned to the Government upon completion of the contract (or upon termination), in the same condition in which first accepted, except for normal wear-and-tear. •9. INVOICING PROCEDURES Invoices shall be submitted in an original to the Customs and Border Protection National Finance Center address in Block 21 on the CBP Form (CF) 341. A copy shall be submitted to the Contracting Officer and the Contracting Officer's Technical Representative. To Constitute a proper invoice, the following must be included: (1) name of business and date of submission (2) employer's Tax Identification Number or Social Security Number, (3) purchase order or contract number (from Block of the CF-341), (4) description, price, quantity of items billed, and (5) name, phone number and complete mailing address of Contractor/Vendor. All payments are processed by electronic funds transfer (EFT). •10. METHOD OF AWARD Award will be made to the responsive, responsible individual or firm offering the best price proposal to the Government. 11. MANAGEMENT •a. The Contractor shall manage the total work effort associated with the custodial services required herein to assure fully adequate and timely completion of these services. Included in this function will be a full range of management duties including, but not limited to, planning scheduling and quality control. The Contractor shall provide an adequate staff of personnel with the necessary management expertise to assure the performance of the work in accordance with sound and efficient management practices. The Contractor shall maintain an adequate workforce to complete work in accordance with the time and quality standards specified herein. •b. Floor Covering Changes : The changing of floor coverings in buildings in this contract shall be considered to be a normal occurrence. A changing of floor covering from tile to carpet and carpet to tile shall not be cause for a change to the total dollar amount of the contract. Then changes occur, new floor coverings shall be maintained and treated as like floor coverings in the building. 12. INSPECTION •a. All services, workmanship and material furnished or utilized in the performance of this contract shall be subject to inspection by the Government; at any time during the term of the contract. All inspections by the Government shall be made in such a manner as not to necessarily delay the Contractor's work. •b. The authorized representative is responsible for inspection of the Contractor's work performance. If any service(s) performed is not in accordance with the contract requirements, the Government shall have the right to require the Contractor to perform the service(s) again in compliance with the contract requirements. When the service(s) to be performed are of such a nature that the defect can not be corrected through performance, the Government shall have the right to require the Contractor to immediately take all necessary steps to ensure that future performance of the service(s) are in accordance with the contract. In the event the Contractor fails to promptly correct the deficiency (ies) or to take the necessary steps to ensure his/her future performance is in accordance with the contract, the Government shall have the right to terminate the contract for default in accordance with Federal Acquisition Regulation. 13. SPECIFIC REQUIREMENTS The Contractor shall provide the custodial service(s) described herein. Custodial service(s) requirements are divided into two groups: Basic Services and Restroom Services. •a. Basic Services : Unless otherwise specified basic services shall be performed at the locations and frequencies shown in the "Frequency Table" (Attachment A), and shall consist of the services listed for the specified spaces. Furniture and other equipment (including waste containers) moved while performing basic services shall be returned to their original position. Performance requirements for these services include the following: •1) Space Cleaning : Space cleaning shall consist of the following services: •(a) Sweeping/Dust Mopping : Concrete, tile metal, terrazzo, wood, and resilient flooring shall be swept or dust-mopped. A properly swept/dust-mopped floor and/or stairway is free of all dust, dirt, grit, lint, stains and debris in corners, behind doors, on balusters, under desks, tables, benches, radiators, space heaters, and other furniture, except permanently installed equipment such as safes and filing cabinets which have full floor bearing. Removal of foreign matter, such as chewing gum, stains and rust build-up is considered a part of sweeping/dusting-mopping. •1) Vacuuming Carpets and Rugs : Carpeted areas and rugs shall be vacuumed. Spots and stains shall be removed with a spot remover approved for the type of carpet or rugs involved. A properly vacuumed carpet or rug has stains and spots removed and is free of all dust, dirt, grit, lint, and debris in corners, behind doors, under desks, tables, benches, radiators and other furniture, except permanently located equipment such as safes and filing cabinets which have full floor bearing. •2) Emptying Trash Containers : All trash containers shall be emptied. Any Plastic liner with food wastes or that is soiled or leaking shall be replaced with a new plastic liner. The Contractor shall provide the plastic liners to replace discarded plastic liners from trash containers. Boxes, cans, bottles and other items placed adjacent to trash containers and marked "TRASH" shall also be removed and disposed of. •3) Dusting/Cleaning : All furniture, chairs, lockers, partitions, radiators, equipment, hand railings in stairwells, grills, horizontal ledges, and sills shall be dusted. Walls, ceilings, doors, and partitions shall be wiped clean including glass in partitions and doors. If present, display cases, chalkboards, chalk trays, dry erase boards and erasers shall be cleaned. Hallway, lobby and entrance walls and doors shall be cleaned. Miscellaneous hardware and bright metal work shall be wiped clean. 2) Floor Care : Floor care shall be performed and shall consist of the following services: •(a) Mopping : Floors shall be mopped to remove all dirt, streaks, smears, and stains. A satisfactorily mopped floor is without dirt, dust, mop marks, film, streaks, debris, or standing water. All splashes on baseboards or furniture are to be quickly removed. Floors are scrubbed only when they cannot be cleaned satisfactorily by mopping. Mopping shall be preceded by and performed in conjunction with sweeping or dust mopping. •2) Other Services : Below are other custodial services that are included in the purchase order/contract. •(a) Cleaning lavatories, Sinks and Showers : The Contractor shall clean all Lavatories sinks and showers, other than those in restrooms, located throughout the facility. The cleaning shall be done the same as specified for restroom fixtures, hereafter described. •(b) Cleaning Kitchen/Break room : The Contractor shall clean kitchen/break room; this includes countertops, sink, tables, and floor. No cleaning of appliances required. •(c) Restocking Dispensers : The Contractor shall provide soap and towels to restock soap and towel dispensers at the lavatories only. •(d) Restroom Services : Restroom service shall consist of the following custodial services and shall be performed at the location per the Frequency Table (Attachment 'A"). •1) Cleaning Restroom : Restroom fixtures, including water closets, urinals, lavatories, wash basins, vanities, and sinks shall be washed inside and out utilizing disinfectant, and shall be free of stains and odors. An approved toilet bowl cleaner shall be used to remove stains from urinals and water closets. Brushes, sponges and cloths that have been used to clean any part of the restroom (including water closets, urinals, walls, floor and partitions) shall not be used to clean lavatories or sinks. Floors shall be swept/dust-mopped free of dirt, wet-mopped with a disinfectant. Floor drains shall be cleaned and flushed with a disinfectant. Wainscoting, partitions, walls, and doors shall be completely cleaned. Trash containers shall be emptied, disinfected, washed and plastic liners replaced. If present, shower stall rooms and locker/dressing rooms shall be considered part of the restrooms, and cleaned accordingly. •2) Restocking Restrooms : The Contractor shall provide plastic liners, toilet papers, paper towels and soaps to restock dispensers. The Contractor shall restock restrooms with sufficient to ensure that supplies will last until the next scheduled service. 14. REGULATIONS The Contractor and his employees shall be become acquainted with and obey all Government regulations as posted or as requested by the Contracting Officer. 15. FIRE PREVENTION The Contractor shall ensure that his employees know how to turn off a fire alarm. The Contractor shall observe all requirements for handling and storage of combustible supplies, materials, and trash. 16. ENVIRONMENTAL PROTECTION •a. The Contractor shall comply with all applicable environmental protection requirements. The Contractor shall comply with federal, state and local laws and with the regulations and standards regarding environmental pollution. All environmental protection matters shall be coordinated with the authorized representative. The Contractor shall comply with the instructions with respect to avoidance of conditions which create a nuisance or which may be hazardous to the health of Government and Contractor personnel. •b. Hazardous Material Control Plan : The Contractor shall prepare and submit a "Hazardous Material Control Plan". This plan shall specifically address the following: •(1) Employee Safety Training (Specific to each chemical used). •(2) Proper use of each chemical listed on a Material Safety Data Sheet (MSDS). •(3) Storage of hazardous material. •(4) Disposal of hazardous material. •(5) Safety equipment required and training in proper use. The plan shall be submitted to the COTR for approval prior to any hazardous material being brought onto the site. The Contractor shall provide copies of MSDS sheets for all chemicals brought onto the site during the period of this contract. The Contractor shall store all hazardous materials (i.e., all materials with MSDS sheets) in quantities greater than one gallon in a central storage area, as designated by the authorized representative. 17. DISPOSAL Debris, rubbish, and unused material resulting from the work under this contract shall be disposed of off Government property. The Contractor will dispose of all hazardous waste in accordance with the Resource Conservation and Recovery Act and its' associated state and local regulations. 18. SAFETY REQUIRMENTS AND REPORTS •a. All work shall be conducted in a safe manner and shall comply with activity requirements. The Government will not provide safety equipment to the Contractor. The Contractor is to provide safety controls for protection to the life and health of employees and other persons; to prevent damage to property, materials, supplies and equipment, and to avoid work interruptions in the performance of this contract. The Contractor shall comply with all pertinent provisions as may be amended by the U.S. Department of Labor, Occupational Safety and Health Act (OSHA), Health Standards (29 C.F.R. 1910), and all local fire codes. •b. The Contractor's workspace may be inspected by OSHA compliance. All actions to correct any cited violations should be the responsibility of the Contractor and/or Government, as determined by COTR. The Contractor shall provide assistance to the federal or state OSHA Inspector if a complaint is filed. Any fines levied on the Contractor by a federal or state OSHA office due to safety/health violations will be paid promptly. •c. The Contractor shall report to the authorized representative in writing all accidents resulting in death, trauma, or occupational disease. All accidents shall be reported to the Contracting Officer within 24 hours of their occurrence. •d. The Contractor shall submit to the authorized representative a full report of damage to Government property and/or equipment caused by Contractor employees. All damage reports shall be submitted to the COTR within 24 hours of occurrence. •e. The Contractor shall provide all safety and protective equipment required to perform the duties specified as on this contract. This includes all equipment such as rubber gloves as required by MSDS sheets. All safety equipment shall comply with the applicable OSHA Safety Manual requirements and other applicable safety requirements. 19. SECURITY REQUIREMENTS •a. Neither the Contractor nor any of his/her employees shall disclose or cause to be disclosed any information concerning the operation of the activity which could result in or increase the likelihood of the possibility of a breach of the activity's security or interrupt the activity's operations. •b. Disclosure of information relating to the services hereunder to any person not authorized to receive it, or failure to safeguard any classified information that may come to the Contractor's attention, or to any person under his/her control in connection with the work specified under this contract, may subject the Contractor, his/her control in connection with the work specified under this contract, may subject the Contractor, his/her agents, or employees to criminal liability under 18 U.S.C. 75. •c. All inquiries, comments or complaints arising from any matter observed, experienced, or learned as a result or in connection with the performance of this contract, the resolution of which may require the dissemination of official information, will be directed to the COTR affected tenants, and customers. •d. Deviations from or violations of any of the provisions of these security requirements will, in addition to all other criminal and civil remedies, provided by law, subject the Contractor to immediate termination for default and/or the individual(s) involved to a withdrawal of the Government's acceptance and approval of employment. 20. IDENTIFICATION OF CONTRACTOR EMPLOYEES •a. The Contractor shall provide to the contracting Officer's Technical Representative the name(s) of the responsible supervisor(s) authorized to act for the Contractor. b. Contractor employees shall conduct themselves in a proper, efficient, courteous, and business- like manner. c. The Contractor shall remove from the site any individual whose continued employment is deemed by the Contracting Officer to be contrary to the public interest, or determined to be inconsistent with the best's interests of National Security. d. No employee or representative of the Contractor shall be admitted to the contract site unless he/she furnishes satisfactory proof that he/she is a citizen of the United States, or if an alien, proof of alien registration and/or work visa. 21. PERMITS The Contractor shall without additional expense to the Government, obtain all appointments, licenses, and permit required for the prosecution of the work. The Contractor shall comply with all applicable federal, state and local laws. 22. INSURANCE Within thirty (30) calendar days after the award of this contract, the Contractor shall furnish the COTR with Certificate of Insurance as evidence of the existence of insurance coverage. 23. CUSTODIAL MATERIAL AND SUPPLIES: Contractor furnished materials and supplies shall meet the requirements specified herein. a. Material Requirements : All restroom supplies and custodial materials and supplies provided by the Contractor shall be of commercial grade and quality. (1) Toilet Supplies : Toilet supplies to be furnished by the Contractor to restock dispensers shall conform to the requirements below: •(a) Soap : Soaps for the restroom shall conform to the following requirements: (1) Powdered soap for dispenser use shall be mildly scented, free flowing, non-caking powder conforming to commercial grade and quality. (2) Liquid soap for dispenser use shall be mildly scented, approximately 15 percent concentrate, such as the following manufacturer's brand names listed below: Vestal, Calgon, Saniflush. (3) Toilet soap in cake form for hand use shall be white and mildly scented, conforming to commercial grade and quality. •b. Paper Towels and Toilet Paper : Paper towels and toilet paper furnished by the Government for the Contractor to restock dispensers shall conform to the following requirements. (1) Paper towels shall be suitable to the existing paper towels dispensers and shall conform to commercial grade and quality. Factory reject type paper shall not be used in this contract. Towels shall be delivered in unopened cartons. (2) Toilet tissue shall be medium-soft, conforming to commercial grade and quality. The approximate size of rolls shall be 4 ½" wide. Factory reject type paper shall not be used in this contract. Paper shall be delivered in unopened cartons. c. Waste Container Liners : Liners furnished by the Government for the Contractor to replace discarded plastic liners from trash containers shall conform to commercial grade and quality, and be or the proper size to for the containers. VII. EVALUATION AND AWARD : Award. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The determination of best value also considers the relative importance of the evaluation factors. Technical factors are significantly more important than price. It is pointed out, however, that should technical competence between offerors be considered approximately the same, then price could become primary. CBP will base its award decision using a best value analysis that results in the most advantageous acquisition for the government. CBP's acquisition strategy used to obtain best value may result in an award to other than the lowest priced, technically rated offeror. Best value analysis spans a continuum from the lowest priced, technically acceptable proposal to those proposals in which tradeoffs between price, past performance, and each offeror's technical solution is evaluated. CCR : Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. PROVISIONS and CLAUSES : The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222.37 FAR 52.232-18 and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to: Karen.Petty@dhs.gov. No phone calls will be accepted. QUESTIONS DEADLINE : All questions and site visit requests are to be submitted via email directly to Karen.petty@dhs.gov no later than Thursday, March 3, 2011, by 2:00 pm Eastern Standard Time (EST). REQUIRED RESPONSE DATE : Quotes must be received by 2:00 pm, Eastern Time (EST) on Friday, March 11, 2011. Quotes shall be submitted via email directly to Karen.petty@dhs.gov. An official authorized to bind your company shall sign the quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/DHS-11-20056758/listing.html)
 
Place of Performance
Address: Falcon Dam Port of Entry, Falcon Dam, Texas, United States
 
Record
SN02388022-W 20110227/110225234449-0d67fa787f9d9230c564ca59b748aea7 (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.