Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
DOCUMENT

S -- Janitorial Service at the VA Temecula Vet Center - Attachment

Notice Date
7/17/2018
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9721
 
Response Due
7/20/2018
 
Archive Date
8/19/2018
 
Point of Contact
alfreda.hunter@va.gov
 
E-Mail Address
alfreda.hunter@va.gov
(alfreda.hunter@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Veterans Administration, SAOW Network Contracting Office (NCO) 22 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to provide janitorial services for the VA Temecula Vet Center, Temecula, California. The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561720. The Government is anticipating a single award contract with a base year and four (4) 1-year option periods. The base year period of performance is anticipated to begin around November 1, 2018. A draft copy of the performance work statement is provided with this notification. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quote; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your company has the potential capacity to perform the contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB), VETERAN OWNED SMALL BUSINESS (VOSB), SMALL BUSINESS OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by Friday, July 20, 2018, 2:30PM (PST). All responses under this Sources Sought Notice must be emailed to alfreda.hunter@va.gov. STATEMENT OF WORK: 1. GENERAL PROCEDURE The Contractor shall furnish all necessary labor, supervision, materials, supplies and equipment to perform janitorial services in accordance with the specifications herein. The Contractor shall not be responsible for cleaning individual work stations. 2. HOURS OF SERVICE The Contractor shall perform janitorial services on Mondays, Wednesdays, and Fridays, during morning. Exact hours shall be determined. No key will be issued to the Contractor as all work performed will be in the presence of VA staff. The Contractor shall not be required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 When a national holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a national holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday. Also included would be any other day specifically declared by the President of the United States to be a national holiday. 3. SITE/USAGE Site: Temecula Vet Center, 40935 County Center Drive, Suites A-B, Temecula, CA 92591 Area: Approximately 3,447 square feet Number of users (average): 7 permanent staff, 5 part-time staff, and 25-50 Veteran visitors per day Supplies used monthly (estimated): Paper towels: 2 cases folded and 6 rolls Toilet paper: 25 rolls Seat covers: 2 packs (250 sheets each) Trash liners: 120 large 200 small Hand soap: 1 gallon Urinal mats, disposable: 1 Urinal tablets, scented: 1 4. AREAS TO BE SERVICED (Refer to the attached Floor Plan.) - Outside entry way, entrance doors and glass - Lobby/reception area and glass - Private offices (9) - General offices (3) - Conference rooms (1) - Storage room - Lunch room/kitchen - Restrooms (one stall in women s, one stall and one urinal in men s) - Hallways 5. PERFORMANCE REQUIREMENTS/STATEMENT OF WORK The Contractor shall provide janitorial services as specified below: Initial Cleaning - Steam clean all ceramic tile flooring. - Vacuum all carpeted areas, including walk-off mats, corners and edges. - Sweep and damp mop all hard surface floor areas. - Dust and damp wipe all sills, ledges, frames, baseboards and doorknobs. - Remove cobwebs from corners and edges. - Spot clean walls to remove fingerprints and smudges. - Clean entrance glass, front window glass, and glass in children s room. - Clean and sanitize restrooms. - Provide urinal splash guard for one men s urinal. - Clean and sanitize lunchroom sink, appliances and surfaces. - Sweep outside entry way. - Empty trash receptacles and take trash to dumpster behind building. Daily - Vacuum all carpeted areas, including walk-off mats, corners and edges. - Remove fresh spots from carpet. - Sweep and damp mop all hard surface floor areas. - Clean one (1) men s restroom and one (1) women s restroom, including: Clean and disinfect washbasins, toilets, urinals, dispensers and fixtures. Spot clean walls. Clean and disinfect partitions. Clean and disinfect floors. Polish all chrome fixtures. Clean mirrors. Replenish supplies (paper towels, toilet paper, toilet seat covers and liquid soap). - Clean and sanitize lunchroom sink, appliances and surfaces. - Clean entrance glass, front window glass, and glass in children s room. - Clean all doorknobs. - Spot clean doors, door frames, light switches and walls. - Sweep outside entry way. - Empty trash receptacles and take to dumpster behind building. Twice Weekly - Dust tops of door and window frames, bookcases, corners and baseboards. - Dust windowsills. - Dust uncluttered tabletops. - Dust uncluttered file cabinets. - Dust and polish two conference room tables (one in each conference room). Once Weekly on Friday - Vacuum fabric furniture. - Damp wipe ceiling vents. - Clean glass of front facing offices. Monthly - Dust and damp wipe all sills, ledges, frames, baseboards and doorknobs. - Clean and sanitize lunchroom trash receptacles. - Dust blinds. - Replace urinal splash guard at interval recommended by manufacturer. Semi-Annually on Friday Steam clean all ceramic tile flooring. Dates and times shall be coordinated with the Contracting Officer s Representative (COR). 6. CONTRACTOR FURNISHED SUPPLIES The Contractor shall furnish all necessary supplies including but not limited to the following: Cleaners Paper Towels (Roll) Detergents Paper Towels (Individual Packs) Dust Control Rags Waxes Mops Disinfectants Polishes Toilet Paper Trash Receptacle Liners Toilet Seat Protective Covers Liquid Soap Caution Signs Urinal Splash Guards Note: The items supplied by the Contractor shall be equivalent (brand name or equal) to the products specified below. Products determined to be unacceptable shall be required to be replaced at Contractor s expense. WAXIE stock numbers are for reference only: Paper towels Crown, multi-fold, white, WAXIE #850265; roll towels to fit SofPull dispenser Toilet tissue Acclaim, small roll, WAXIE #851130 Seat covers WAXIE #851530 Liners trash receptacles - large, WAXIE #704035; small, WAXIE #704023) The Contractor shall use environmentally green products and shall provide Material Data Safety Sheets (MSDS) to the COR for all potentially hazardous agents used within the facility to ensure the safety of the occupants and employees. Cleaning supplies shall be properly labeled. The Contractor shall provide at least two (2) mops due to sanitation. One mop shall be used strictly for the restrooms, and the other shall be used for all other surfaces. The Contractor shall monitor cleaning supplies and equipment to prevent a safety hazard or use by unauthorized parties. The Contractor shall maintain an inventory of all required supplies. 7. CONTRACTOR EQUIPMENT AND TOOLS The Contractor shall furnish all equipment and tools necessary to properly perform the work. All equipment shall have bumpers and guards to prevent marking or scratching of fixtures, furnishings, or building surfaces. All electrical equipment shall meet applicable safety requirements and shall be UL approved. Equipment shall operate using existing building circuits. The Contractor shall prevent the operation or attempted operation of electrical equipment or combinations of equipment that require power exceeding the capacity of the existing building. The Contractor shall furnish and use commercial type beater bar (roller brush) type vacuums for carpeted floors. Vacuum cleaners shall have a built in HEPA filter. Contractor s equipment and/or cleaning materials may be stored on site in accordance with paragraph 8; however, the Government shall assume no responsibility for loss. 8. GOVERNMENT FURNISHED FACILITIES The Government shall furnish a designated, lockable area in the facility for use in connection with the performance of the work specified herein. Contractor personnel shall maintain the storage room in a neat and organized condition. Materials, supplies and equipment shall not be stored in areas other than the assigned room. No alterations shall be made to this space without the written permission of the COR. The Government shall also furnish a receptacle to collect trash and recycled material. 9. SUPERVISION BY CONTRACTOR/SITE VISIT The Contractor shall assign a Point of Contact (POC) for the purpose of supervising the Contractor s employees and evaluating cleaning procedures. The Contractor POC shall perform a site visit at least once a month. This visit shall be scheduled and coordinated with the COR. 10. IDENTIFICATION OF CONTRACTOR EMPLOYEES: The parties agree that the contractor personnel when the resulting contract will be performed shall not be considered VA employees for any purpose and shall be considered employees of the contractor. b. The contractor shall provide a representative who shall be responsible for routine liaison in the performance and administration of the resulting contract. In addition, the representative shall act as the primary point of contact (POC) between the Contracting Officer and the contractor. The representative shall have full authority to act on behalf of the contractor on all matters relating to daily operations of contract performance. An alternate POC shall also be designated. The contractor shall provide the names and telephone numbers of the POC(s) in the space below: Primary POC: Position Title: Telephone No.: Email Address: Alternate POC: Position Title: Telephone No.: Email Address: 11. AUTHORIZED SERVICES Only those services specified herein are authorized. Before performing any other service, the Contractor shall advise the Contracting Officer of the reason(s) for this additional work. The Contractor is cautioned that only the Contracting Officer may authorize additional services and that reimbursement shall not be made unless prior authorization is obtained. The Contracting Officer shall authorize the additional services under a separate purchase authorization. 12. LOST AND FOUND PROPERTY The Contractor shall ensure that all articles of possible personal or monetary value found by Contractor employees are turned in to a place designated by COR. 13. QUALITY CONTROL/QUALITY ASSURANCE The Contractor shall establish a Quality Control (QC) Program and provide one copy to the Contracting Officer when the quotation is submitted. An updated copy shall be provided as changes occur. The QC Program shall include, but not be limited to, the following: The Contractor shall be responsible for complying with all appropriate regulations and guidelines of the JC, OSHA and Federal and State governments. The QC Program shall include an inspection system covering all of the services to be performed. It shall specify areas to be inspected on either a scheduled or unscheduled basis as well as the title of the individual(s) who shall perform the inspection. The QC Program shall include a method of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. The Contractor shall maintain a file of all inspections conducted by the Contractor and the corrective action taken. A copy of this documentation shall be made available to the COR if requested. Performance Evaluation Meetings The Project Manager shall call the COR weekly during the initial month. Conference calls shall be held as often as necessary thereafter, as determined by the COR. However, a meeting shall be held each time a Contract Discrepancy Report is issued. A mutual effort shall be made to resolve all problems identified. The written minutes of these meetings shall be signed by the Contractor s Project Manager and the COR. Should the Contractor not agree with the minutes, the Contractor shall state in writing to the Contracting Officer any areas of non-concurrence. The Government shall monitor the Contractor s performance, utilizing customer complaints, re-performance requirements and random quality assurance inspections. The Contractor shall provide a quarterly supply usage report to the COR outlining the previous three month s usage. 14. QUALITY ASSURANCE CHECKS: The VA will periodically evaluate the contractor s performance in accordance with the performance objectives identified in this SOW. The VA has the right to perform periodic surveillance of Contractor to ensure the Contractor s work products and QA processes are in compliance with the contract requirements. The VA and contractor will coordinate Government surveillance in a manner that will not unduly delay or disrupt contractor s performance of the contract. 15. SAFETY AND FIRE PREVENTION The Contractor shall instruct his/her employees in appropriate safety measures. Housekeeping employees must not place mops, brooms, machines, and other equipment in traffic lanes or other locations in such a manner as to create safety hazards. Appropriate, neat appearing caution signs shall be provided by the Contractor. Such signs shall be displayed at all times in areas where cleaning operations are in progress that necessitate the use of equipment or supplies that cause traffic obstruction or personnel hazard. Contractor employees shall be required to interrupt their work to allow passage of personnel, equipment, or carts. Parallel wet mopping or cleaning procedures shall be used when the cleaning of a public traffic area (i.e., lobbies or corridors) results in the temporary hazard of wet/slippery floors. The Contractor shall comply with applicable Federal, State, and local safety and fire regulations and codes that are in effect. Contractor personnel shall also follow applicable facility policies concerning fire/disaster procedures. 16. CONTRACTOR PERSONNEL All Contractor personnel assigned to perform the tasks specified herein shall wear a Contractor-provided uniform that clearly identifies the individual as a Contractor. Sandals, flip-flops, or open toed shoes shall not be worn by Contractor personnel. Contractor personnel shall also wear a Contractor provided ID badge showing the Contractor name, employee name, and picture of the employee. Contractor personnel shall eat and/or smoke in designated areas only. Contractor personnel shall not disturb papers on desks, open desk drawers or cabinets, or use Government telephones for personal reasons. All tasks accomplished by Contractor personnel shall be performed to preclude damage or defacement of government-owned furnishings, fixtures, equipment and facilities. The Contractor shall report to the COR any damage observed or caused by the Contractor personnel. If the COR determines that the Contractor is at fault, the Contractor shall be responsible for repair to facilities or replacement of Government owned items. 17. PERSONNEL TRAINING The Contractor shall be responsible for providing fully knowledgeable, trained staff who are competent to fulfill the required services. Contractor personnel shall be trained in the following areas: - Proper use and handling of materials, supplies, and equipment - Care and maintenance of Contractor and Government furnished property - Familiarization with fire prevention and safety procedures - Familiarization with applicable VA polices and regulations If this training is not provided by the Contractor, then Contractor personnel shall be required to attend annual VA sponsored Safety & Fire Prevention and Infection Control Training and HIPAA Training. Certification of training shall be provided to the COR. 18. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All Contractor employees and subcontractors working with sensitive VA information are subject to the same investigative requirements as those of regular VA appointees or employees who have access to the same type of data or information. These personnel shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the prime Contractor will be responsible for the actions of those individuals they provide to perform work for VA. Position Sensitivity - The position sensitivity shall be designated after award by the VA Sponsor or Contracting Officer Representative (COR) assigned to the contract. Most investigations required are Low Risk although some key positions may be designated at higher levels. The risk level designations for public trust positions and the corresponding background investigation levels are defined in VA Directive 0710. Performance - Contract performance shall not commence prior to confirmation from the VA Security and Investigation Center (SIC) that the investigative documents have been submitted. The SIC will notify the VA Contracting Officer, VA Sponsor (COR), and the Contractor upon receipt of the appropriate investigative documents. Public Trust Risk Level Designation Background Investigation Level Approx. Cost Low Risk National Agency Check with Written Inquiries (NACI) $333.00 Contractor Responsibilities - The Contractor shall complete the required documents for each individual and provide a copy to the COR and the Contracting Officer within seven (7) days of contract award. The information is necessary for the Contracting Officer or designee to initiate the investigation with the VA Security and Investigation Center (SIC) in a Contractor Request Database (CRD). Email contact information MUST be provided for the prime contractor point of contact responsible for ensuring completion of this contract requirement. Failure to provide this information to the COR could result in the forms being returned by the SIC. The Contractor shall submit or have their employees submit directly to the VA Security and Investigation Center (SIC) the necessary forms as instructed via an email from the CRD relative to the level of background investigation requested. Contractors shall be informed of due dates to complete all portions of the investigative package. Reminders notifications will be sent if the complete package is not submitted by the due date. The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they are able to read, write, speak, and understand the English language. The Contractor shall inform the contract employee that when filling out Standard Form 85, that there should be no gaps in employment history. Any gaps in employment history on Standard Form 85or 85P may result in the SIC rejecting the documentation for investigation. The SIC provides a help desk and necessary forms via the VA forms web site, http://www.va.gov/vaforms/search_action.asp. Contractors who have a current favorable background investigation conducted by another Federal agency may be accepted through reciprocation. Members of the SIC staff will coordinate verification of existing favorable background investigations. The Contractor shall bear the expense of obtaining background investigations. The Contractor shall reimburse the VA within 30 calendar days when billed by the VA. Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default. Government Responsibilities: The VA facility, Fiscal Services, will coordinate the invoices from VA Security on investigations and bill the Contractor. In these instances, the Contractor will reimburse the VA facility within Thirty (30) calendar days. A bill of collection will be prepared by the VA and forwarded to the Contractor for payment. 19. CONTRACTOR SUBMITTALS/INSURANCE REQUIREMENTS The Contractor shall comply with Federal and State Workers Compensation and liability insurance. Reference FAR clause 52.228-5-Insurance and Subpart 28.307-2-Liability. Within 15 days of award, the Contractor shall furnish to the Contracting Officer certification from his/her insurance company that the coverage has been obtained and that it may not be changed or cancelled without a guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished prior to the expiration date. 20. PARKING Contractor personnel shall park only in designated parking areas. Under no circumstances shall the Government invalidate or make reimbursement for parking violations of the Contractor's personnel. 21. CELLULAR PHONES Cellular phones shall be turned off prior to entering the VA facility and shall not be used inside the building. 22. VA POLICIES Possession of weapons is prohibited. Enclosed containers are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 23. IDENTIFICATION BADGES: All personnel shall display identification badges, except for protective clothing, which shall include the employee's full name and Contractor's full name. 24. PROTECTIVE CLOTHING: When required the Contractor personnel shall wear special protective clothing and shoe covers while working in designated areas. 25. PERSONAL HYGIENE: Contractor personnel shall be free of odor and wear a clean uniform at all times when in public areas. Fingernails shall be clean and free of dirt, and hair shall be neatly trimmed and combed. 26. EATING AND SMOKING: Eating or smoking by Contractor personnel are permitted only in designated areas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9721/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9721 36C26218Q9721.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489116&FileName=36C26218Q9721-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489116&FileName=36C26218Q9721-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Temecula Vet Center;40935 County Center Drive., Sute A-B;Temecula
Zip Code: 92591
 
Record
SN04994817-W 20180719/180717230958-43623bbd092bcf98edbf3c6e9f8f6f98 (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.