Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
SOLICITATION NOTICE

S -- Janitorial work at USCG Sector Key West

Notice Date
3/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050, United States
 
ZIP Code
33131-3050
 
Solicitation Number
HSCG28-12-C-S1011A
 
Archive Date
4/13/2012
 
Point of Contact
Debra A Smith, Phone: 305-415-7086
 
E-Mail Address
debra.a.smith@uscg.mil
(debra.a.smith@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description Performance Work Statement (PWS) for Janitorial Services 1.0 Introduction: The contractor shall furnish all management, supervision, labor, transportation, supplies and equipment to provide janitorial services in accordance with this Performance Work Statement (PWS) at U.S. Coast Guard Sector Key West, Key West, FL. 2.0 Background 2.1 The goal of the U.S. Coast Guard Sector Key West is to maintain a clean and healthy environment in all federal buildings in a manner that ensures the safety and health of federal employees and members of the public. 3.0 Scope 3.1 The contractor shall accomplish these services for all the areas listed below in accordance with the following schedule, Monday through Friday, except when Monday is a federal holiday, c1eaning shall commence on Tuesday. Janitorial work shall be completed between the hours of 1600 - 2200. I. Bldg. 48 - Command Bldg a. Hallways (Upstairs & Down) b. Stairwells (Inside & Outside) c. Bathrooms (Upstairs & Down) to in include showers d. Command Offices, Conference Room and Kitchen Area (Upstairs) c. Gym 3.2 The following task list was generated for this effort: a. Waste Collection/Removal (Section 5.1) b. Floor Maintenance (Section 5.2) c. Surface Maintenance (Section 5.3) d. Glass Maintenance (Section 5.4) e. General/Spot Maintenance (Section 5.5) f. Furnishing & Replenishing of supplies and equipment (Section 5.6) g. Miscellaneous (Section 5.7) h. Personnel requiremenls (Section 5.8) 4.0 Applicable Documents 5.0 Technical Requirements: The contractor shall provide the technical effort in the work areas listed below in accordance with the task, frequency and approved work schedule agreed upon. 5. I Waste Collection and Removal (a) All waste, trash, and paper towel and sanitary receptacles shall be emptied and their contents taken 10 a dumpster. Soiled bags shall be replaced with new bags. (b) All refuse debris, rubbish, trash and garbage shall be collected and removed and placed in the dumpster closest to the building. (c) Any trash produced from and of the operations applicable to any of the outside landings, steps and sidewalks adjacent to any of the main entry places into Sector Key West which are highly used and highly visible areas, shall be disposed of in outside trash containers. 5.2 Floor Maintenance (a) Contractor shall maintain all exposed floor areas, carpet and non-carpeted, to present a clean, sanitary, and uniform appearance. All floor shall be free and clean of dirt, debris, litter, dust, trash, soiled water film, streaks, spots/marks, and excess water. (b) All exposed carpeted areas and rugs, including exposed areas under desks, chairs, stairways, stair landings and steps shall be free of all foreign matter. (c) Areas that are non-carpeted include but are not limited to, vinyl/resilient floors, hardwood floors, ceramic tiles, under off-the-floor furniture and equipment, secondary corridors, entrances, lobbies, and stairwells. Contractor shall provide a durable and protective coating to asphalt, rubber, vinyl, and linoleum floor surfaces. Linoleum floors shall be striped and waxed no less than four times a year. Buffing of said flooring shall be accomplished once a week or needed. (d) All resilient floor areas shall be maintained for maximum gloss ilnd uniform sheen, especially floors subject to excessive wear. All surfaces shall be maintained so as to provide anti-slip walking conditions. Ceramic tile shall be c1e'lI1ed in accordance with the manufacturers approved ceramic tile cleaner. (e) Contractor shall maintain entrances, steps and sidewalks adjacent to entrances, garages and other assigned areas to ensure clearance of all dirt and trash. (f) All toilet floors including corners and recesses shall be thoroughly cleaned and disinfected to treat for mildew removal so as to present a clean appearance free of all foreign matter including soap stains, rust, and water deposits. (g) All carpets shall be thoroughly steam cleaned once every 6 months at a time and date agreed upon with the COTR. (h) Proper precautions shall be taken to advise building occupants of wet/slippery floor conditions. This applies during inclement weather as well as during cleaning operations. 5.3 Surface Maintenance (a) All vertical and horizontal surfaces of all furniture in office spaces and gym shall be free of any foreign matter such as dust, cobwebs, lint or dust streaks. (b) All areas, except for storage spaces, furniture, including, but not limited to desks, files, cabinets, bookcases, tables, counters, metal and wood surfaces, the tops of all lockers, all pictures and other articles on walls and items normally considered furniture shall be dusted. Corners, crevices, molding and ledges shall be free of all dust, oil, spots or smudges on dusted surfaces caused by dusting tools. (c) Contractor shaH not dust desks cluttered with correspondence, computers, typewriters, business machines, and office equipment of similar nature, plolting boards, telephone relay racks, electronic cabinets and consoles. (d) All metal and wood surfaces, 10 include all kick plates, push plates and push bars of outside entrances, all drinking fountains and glass surfaces shall be cleaned ilnd polished. All foreign residues shall be removed until a bright metal polished appearance is attained. (e) Contractor shall damp wipe surfaces to provide a polished and sanitized appearance for all offices, shower areas, telephone booths, shelving, waste receptacles, glass, countertops, dispensers, chromium fixtures, piping and other specified areas. (f) The wetting solution shall contain an appropriate cleaning agent. When damp wiping toilet areas a multi-purpose cleaner (disinfectant-deodorizer) shall be used to sanitize. 5.4. Glass Maintenance (a) Contractor shall provide clean and spot free glass in windows, doors, inside and outside entrance areas, partitions, bookcases, glass tops and surface glass as needed in accordance with a schedule approved by the COTR. Window sashes, sills, woodwork around interior glass, and other surroundings shall be thoroughly wiped free of drippings and watermarks. (b) Pads shall be used to protect windowsills when standing on or placing cleaning materials on them. Windows that require cleaning on both sides shall have the inside and outside cleaning performed by providing the least inconvenience to the building occupants. In instances where building occupants arc seriously inconvenienced, the window washing activities will be rescheduled at the discretion of the COTR. 5.5 General/Spot Maintenance (a) All washbasins, faucets and soap holders/dispensers shall be maintained free of soap buildup, mildew, rust, encrustation or water rings. (b)Showers, toilets, toilet seats, urinals and sanitary napkin receptacles shall be thoroughly cleaned and sanitized. Toilet scats shall be left in a raised position. Water traps shall be maintained from odor at all times. (c) Spot cleaning is the extra cleaning within any of the cleaning categories identified herein that shall be performed on an as-required basis due to unusual or inadvertent events such as spillS, animal entry, flowing sand or dust, pipe burst or clogged, breakage, equipment repairs or unusual traffic. 5.6 Furnishing and Replenishing of Supplies, Material and equipment (a) The contractor shall furnish all necessary supplies, material and equipment including vacuums, power driven noor-scrubbing m<lchines, waxing and polishing machines, etc., needed for the performance of the work for this contract. The contractor shall also furnish all such pads and/or clothes necessary to protect government property. (b) All tools and equipment shall be maintained in clean condition at all times and neatly stored each night in the assigned storage spaces. (c) The contractor shall adequately supply and replenish the following items in their respective dispensers: Toilet paper, anti*bactcrial hand soap, and paper towels. (d) The contractor shall require all employees to wear distinctive unifornl clothing for ready identification and assure that every employee is in uniform from the date the employee first enters on duty. The uniform shall have the contractors name easily identifiable, affixed thereon in a permanent or semi-permanent manner, such as a badge or monogram. Employees shall be required to dress neatly, commensurate with the tasks to be performed. (e) No special heating or COOling of water will be provided to the contractor. (f) The contractor will have access, as necessary, to electrical power, water, and spaces within the buildings commensurate with the contractor's personnel and operational requirements. Janitors' closets, where available, may be used for storing equipment. (g) The contractor may use any existing equipment within USCG custodial space such as tables, benches, chairs, etc., if authorization is received from the COTR. (h) Any government provided services shall not be used in any manner for any personal advantage, business gain or other personal endeavor by the contractor or the contractors employees and shaJlnot be used for any reason other than matters related to the perfonnance of this contract. The contraci employees sh<lll nOI disturb any papers or other objects on desks, open desk drawers or cabinet drawers or use of any government equipment other than that specified in this contract. 5.7. Miscellaneous (a) Contractor shall promptly report to the CaTR any fires, hazardous conditions and items in need of repair, including dead lights, leaky faucels, loilet sloppages and malfunclioning dispensers, etc. (b) Contractor shall close windows and turn out lights when not in use. Turn in all lost and found articles to the COTR. (c) Contractor shall divert the workforce, or part thereof, as necessary, upon approval by the COTR, from their normal assigned duties to meel any emergency condition requiring immediate allention (such <IS nooding of a particular section of the building). When the conlraclors' employees' services are no longer needed, the employees shall resume their nonnal duties without the contractor incurring liability for neglecting the normal work schedule. (d) Contractor shall service all toilet rooms all the last official workday of the week to replenish all dispensers, paper towels, and toilet paper to full capacity. 5.8. Personnel Requirements (a) All employees shalt be physically able 10 perform assigned work and shall be (ree of communicable diseases. (b) The contraclor shaH initially staff lhe building wilh no less than 50% lrained and experienced cleaning personnel who shall exhibit capability to perform with minimum supervision. A fully qualified workforce shall be in place at the end of the firsllhirty days and shall be maintained lhroughoutlhe period of this contract. (c) The contraclor shall provide working shift leaders aUlhorized to act for lhe contraClor in evcry detail for the day and night janitorial cleaning services. A working shift leader shall be available al all times when contracl work is in progress to receive notices, reporls or requesls from the contracting officer or his representative. Telephonc calls to the contractor shall be returned within 24 hours. Shift leaders shall use a daily log record book to communicate with the COTR. (d) In the event the contractor fails to provide the manpower necessary to accomplish the work requested the government reserves the right to assign and place a sufficient number of federal employees or military personnel on the job to accomplish the work. The cost of such federal employee so used shall be charged against the contractor and the amount of aU costs to the government incurred as a result of such action shall be deducted from any payment due the contractor. Also, if federal employees are not available, lhe amount due the contractor for the month in which the failure occurs will be adjusted. 5.9 Rapid Gale requirement: The vendor awarded this contract will be required to register with the Rapidgate access system in order to gain admittance to the Naval Air Station and Coast Guard Sector Key West. This will incur a vendor cost of $199.00 annually for the company plus an additional $159.00 annually for each employee that requires access to the installation. 6.0. Quality Control Plan. 6.1. Contractor shall submit with the proposal a Quality Control Plan (QXP) delineating the contractor's quality comrol program to monilor and control their performance of services so that they meet the requirements of the PWS. The program shall include, but not be limited 10 the following: 1. A plan identifying all the cleaning assignments for the building. 2. An annual schedule for all periodic cleaning by dates and arcas for each building. This schedule shall include task frequencies. 3. An inspection system covering all the service requirements of this contract. 4. A checklist to be used in inspecting contract performance during regularly scheduled or unscheduled inspections. 5. The name(s) of the individual(s) who will perform the inspections. 6.2. The Quality Control program/inspection shall be designed to keep the contractors management informed of all issues affecting quality to include timely and effective corrective actions. The Quality Control Plan records of inspections shall indicate the nature and number of observations made, the number and type of deficiencies found, and the nature of corrective action taken as appropriate. The contractor shall ensure that the Quality Control Plan includes timely and effective correction action for all deficiencies found, and the nature of corrective action taken as appropriate. The contractor shall ensure that the Quality Control Plan includes timely and effective corrective action for all deficiencies identified by the government. 7.0. Government Quality Assurance Surveillance Plan (QASP) / Janitorial Services 7.1. To facilitate the surveillance of the contractors Quality Control Program by the Government; the COTR will verify contractor compliance with designated performance requirements. The COTR will review the critical requirements to aSsess their applicability and recommend the addition or deletion of requirements as conditions warrant. In addition for noncompliance and/or untimely corrective action (0 deficiencies of specific tasks, the contmctor shall be subject to re.performance (at the company's expense) and/or an inspection fcc. With this intent, the surveillance approach may not be one that stays the same throughout the duration of the contract. The COTR will periodically update the surveillance approach when the need arises. The COTR will inspect the contractors QCP daily for compliance with requirements herein. 7.2. The Contract Manager shall be required to meet weekly with the COTR or other Government representatives authorized by the Contracting Officer during the first month of the contract. Thereafter, meetings will be scheduled as often as necessary. The Manager and COTR shall sign the written minutes of these meetings, preparcd by the COTR. Should the contractor not concur with the minutes, thc contractor shall state, in writing, any areas of non-concurrence to the COTR within 5 calendar days of receipt of the signed minutes. 7.3. When a discrepancy exists, the contractor is required to provide a written explanation and detailed plan of action to resolve the discrepancy within 48 hours to the COTR. The contracting officer will evaluatc the contractors' explanation and determine the next course of action. 7.4. Defective or incomplete performance discloscd by the government QASP is subject to correction by re.performance or late performance, or otherwise corrects defective service. In such case, the government shall inspect work designated for re-performance or late performance and the contractor may be held liable for any damage sustained by the government including the costs associated with re-inspcction. CONTRACfOR MUST USE THE WAGE DETERMINATIONS UNDER U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT FOR THIS SERVICE. Place or Perrormance Address: COMMANDER, USCG SECTOR KEY WEST, 100 TRUMBO ROAD, KEY WEST, FL 33040 Zip Cfxle: 33040 COlllltry: UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCMi/HSCG28-12-C-S1011A/listing.html)
 
Place of Performance
Address: USCG Sector Key West, 100 Trumbo Point, Key West, Florida, 33040, United States
Zip Code: 33040
 
Record
SN02688590-W 20120304/120302235610-e040549a62fc564903c2fa1b678110bb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.