Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037

Defense Supply Service-Washington, 5200 Army Pentagon, Rm. 1D245, Washington, DC 20310-5200

S -- CLEANING OF INFORMATION SYSTEMS FACILITIES IN RENOVATED AREAS OF THE PENTAGON AND IN DESIGNATED SWING SPACES LOCATED NEAR THE PENTAGON SOL DASW01-98-R-0052 DUE 030998 POC Heather LoPresti, Contract Specialist, (703)607-9022; Patricia Hanson, Contracting Officer, (703)607-9016 WEB: DSS-W Homepage -- Business Opportunities, http://www.hqda.army.mil/dssw. E-MAIL: Contract Specialist's e-mail, loprestih@army.pentagon.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, DASW01-98-R-0052, incorporates provisions and clauses in effect through Federal Acquisition Circular 90-46, March 97. This solicitation is a 100% small business set-aside, SIC 7349, size standard $12M. The period of performance is one year from date of award plus four, one year option periods. Place of performance is the Pentagon and swing space area near the Pentagon. The contract type will be fixed price, indefinite delivery, idefinite quantity. The offeror shall submit 4 proposals to: IM&T, ATTN: Heather LoPresti, 100 Boundary Channel Drive, Arlington, VA 22202-3712, no later than 12:00PM on March 9, 1998.The offeror shall propose price per sq. ft. for Cleaning Raised Floor (RF), and Cleaning Non-Raised Floor (NRF) CLINS. The offeror shall propose all CLINs based on the maximum quantities. BASE YEAR: CLIN 0001, RF, minimum quantity (min) 5,279 sq.ft./maximum quantity(max) 58,068. CLIN 0002, NRF, min 2,772 sq.ft./max 30,492 sq.ft. CLIN 0003AA Entranceway Mat (mat) 1'4"X2', min 1/max 6. CLIN 0003AB mat 2'X2'8", min 1/max 9. CLIN 0003AC mat 3'X5', min 1/max 6. CLIN 0003AD mat 3'X6', min 1/max 8. CLIN 0004 Testing, Minimum Airborne Particulate Test (APT), min 1/max 8. OPTION YR. 1: CLIN 0005, RF, min 3,162 sq.ft./max 34,782 sq.ft. CLIN 0006, NRF, min 390 sq.ft./max 4,290 sq.ft. CLIN 0007AA, mat 1'4"X2', min 1/max 6. CLIN 0007AB, mat 2'X2'8", min 1/max 8. CLIN 0007AC, mat 3'X5', min 1/max 2. CLIN 0007AD, mat 3'X6', min 1/max 2. CLIN 0008, APT, min 1/max 3. OPTION YR 2: CLIN 0009, RF, min 55sq.ft./max 605 sq.ft. CLIN 0010, NRF, min 2,128sq.ft./max 23,404 sq.ft. CLIN 0011AA, mat 1'4"X2', min 1/max 6. CLIN 0011AB, mat 2'X2'8", min 1/max 118. CLIN 0011AC, mat 3'X5', min 1/max 17. CLIN 0012, APT, min 1/max 17. OPTION Yr 3: CLIN 0013, NRF, min 698sq.ft./max 7,678sq.ft. CLIN 0014AA, mat 1'4"X2', min 1/max 6. CLIN 0014AB, mat 2'X2'8", min 1/max 43. CLIN 0014AC, mat 3'X5', min 1/max 4. CLIN 0015, APT, min 1/max 4. OPTION Yr 4: CLIN 0016, RF, min 6,778 sq.ft./ max 64,553 sq.ft. CLIN 0017, NRF, min 2,085 sq.ft./max 22,933 sq.ft. CLIN 0018AA, mat 1'4"X2', min 1/max 6. CLIN 0018AB, mat 2'X2'8", min 1/max 120. CLIN 0018AC, mat 3'X5', min 1/max 13. CLIN 0019, APT, min 1/max 17. Statement of Work: The Information Management and Telecommunications (IM&T) requires the cleaning of information systems facilities in renovated areas of the Pentagon and in designated Swing Space locations near the Pentagon following facility construction and/or equipment installation activities. Documents referenced below are available for viewing from Ms. Alisa Youngman, Tel. (703) 607-9008. In the Renovated Pentagon, the floor will be Static Dissipative, white-gray Vinyl (VT-3) tile, 600mmX600mmX3mm, factory laminated on raised floor (FLEXCO ESD-68). In Swing Space, the floor will be Armstrong Excelon SDT (Static Dissipative Vinyl Composition Tile), Item 51951. The Government will provide any additional site information in the specific delivery order. The contractor shall furnish all necessary labor, property, material and equipment necessary to perform the requirements of this SOW including solutions appropriate to the type of surface to be cleaned and polished. Cleaning: the contractor shall begin cleaning at the top of the room and work downwards toward the floor; the contractor shall thoroughly clean designated information systems facilities to include: (a) For raised floors (RF): Sweep and vacuum the entire floor surface, removing all dirt and debris; remove floor tile to vacuum, and mop concrete sub-floor plenum area to remove all dirt, dust, and trash/debris; vacuum and wipe clean the bottom and sides/edges of each tile; vacuum stringers and supporting pedestals; replace tiles in original configuration and clean entire top of the raised floor using cleaning solution specifically designed for the type of floor surface installed. The contractor shall not disturb under-floor installed water detectors, smoke detectors, fire alarms, and signal reference grid. The contractor shall apply appropriate polish or protective coating on the tile floors and metal surfaces following cleaning. (b) For non-raised floors (NRF): Sweep and vacuum the entire floor, removing all dirt and debris. Remove all scuff marks without damage to tile. Clean the entire top of the non-raised floor using cleaning solution specifically designed for the type floor surface installed. The contractor shall apply appropriate polish or protective coating on the tile floors and metal surfaces following cleaning. (c) Vacuum all carpets/carpet tile. Remove dirt, dust, spots and stains. (d) Clean/wash all doors, walls, non-suspended ceilings, and baseboards, removing scuff marks without damaging paint. (e) Dust all exposed fixtures (lights, piping, duct work, etc.). (f) Clean/dust all exposed metal surfaces (floor grates, HVAC vents, power panels, etc.). (g) Clean all glass surfaces with no residue or streaks remaining. (h) Clean all cabinets (inside and outside), counter tops and associated fixtures. (i) For suspended ceilings: Clean and vacuum above the ceiling tiles, the ceiling suspension grids, and the ceiling tiles themselves. Replace tiles in original configuration. Floor Mats: The contractor shall provide facility entranceway matting, if requested, to facilitate removal of dirt and moisture and to minimize tracking of material from adjacent construction areas. Matting shall be "Rubber Brush" mats, NOTRAX Floor Matting Brand, page 901, LAB SAFETY SUPPLY catalog, dated August 1997 or equivalent. Airborne Particle Testing (APT): After cleaning is completed, air quality within designated information systems facilities shall be tested, if required, to ensure that the facility meets the criteria for the airborne particulate Cleanliness Class 100,000, as specified in FED-STD 209E, Airborne Particle Cleanliness Classes in Cleanrooms and Clean Zones, dated September 11, 1992 (100,000 or fewer particles equal to or larger than .5 microns in size per cubic foot). The minimum airborne particulate test shall consist of no fewer than two sampling locations, a minimum of one sample from each location, and a total of at least five samples per clean zone. The contractor shall provide the Government with a written report which includes a description of the test procedures followed and certification that the particle matter count is acceptable as specified in FED-STD 209E. Safety Rules: The contractor shall comply with Government safety regulations identified in the U.S. Army Corps of Engineers Manual EM 385-1.1, Safety Requirements, dated September 1996. All contractor personnel shall wear contractor-provided hard hats, steel-toed shoes, safety goggles, and hearing protection when in designated areas. Work Site Maintenance Requirements: The contractor shall maintain safe and clear passage through interior corridors and doorways within the facility and the surrounding building area consistent with performance requirements. The contractor shall erect hazard warning signs as necessary to indicate work zones. The contractor shall promptly remove any contractor-generated trash/waste from the facility at his own expense. The contractor shall protect all furniture, equipment, and physical structure (i.e., walls, doors, etc.) from damage during cleaning. Any damage caused by the contractor's personnel shall be promptly reported and repaired to its original condition by the contractor at his own expense. Government inspection will determine that adequacy of repair is consistent with original condition. Work Site Requirements: The contractor staff shall observe all Pentagon Reservation rules and regulations covering the code of conduct, general safety, security, sanitary requirements, pollution control, traffic regulations and parking. The contractor shall coordinate work activities with the Government on-site representative designated by the Contracting Officer. The contractor shall normally work during the period of 7:00 AM through 4:00 PM, Monday through Friday. The contractor shall not store equipment or materials in the facility or surrounding building except those items necessary for the progress of immediate work.. Access: Site/facility access shall be limited to the contractor/subcontractor employees. All personnel working within the Pentagon shall obtain and display the appropriate building pass/badge. The contractor is responsible for obtaining necessary building passes and company vehicle pass. All personnel must be either a citizen of the United States of America (USA) or a foreign national authorized to work in the USA under U.S. immigration and naturalization laws. The contractor staff shall wear one common item of clothing at all times, such as a shirt/blouse, vest, or smock, which identifies the contractor firm. The Government will provide water and electrical service for the operation of contractor equipment. All work under this contract will be defined by delivery orders issued by the Government to include a detailed description of the area to be cleaned, performance period, and place of performance. No changes may take place without approval of the Contracting Officer. In exceptional circumstances where tasks are of a time-sensitive nature, the Contracting Officer may orally direct the contractor to commence work. The oral order will be definitized as a written delivery order as soon as practicable. The following FAR provisions apply: 52.212-1, 52.212-4, 52.216-18, 52.216-19, 52.216-22, 52.217-5, 52.217-8,. The offeror shall include a completed copy of the provision at 52.212-3 with its proposal. Far provision 52.212-2 applies, and the following factors shall be used to evaluate offers: Management Approach: Offeror shall demonstrate how a project of this size is effectively executed on a daily basis in the areas of timeliness, responsiveness, thoroughness, and demonstrate the ability to successfully perform APT. Technical Approach: Offeror shall demonstrate their technical approach to clean a construction site for a project of this size with RF and NRF, and meet requirements to pass the APT. Past Performance: Offeror shall have three references submit letters directly to this office regarding offerors past performance. Letters shall include information about the offerors timeliness, customer responsiveness, and quality of work. Past performance is less important than Management and Technical approach which are equal. The Government will perform a price analysis, and conduct tradeoff analysis to determine the best value for the Government. The offeror may contact, George Ellison, (703)607-9011, for a site visit to a sample site. (0050)

Loren Data Corp. http://www.ld.com (SYN# 0103 19980223\S-0009.SOL)


S - Utilities and Housekeeping Services Index Page