S– HOUSEKEEPING VENDOR FOR FISHER HOUSE
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: S-- HOUSEKEEPING VENDOR FOR
Classification Code: S - Utilities and housekeeping services
Solicitation Number: 36C25018Q9831
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 45428-9000
Place of Performance Country:
Description:
Dayton VAMC
Page 19 of 20COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C250-18-Q-9831
Posted Date:
Original Response Date:
Current Response Date:
Product or Service Code:
S299 Other Housekeeping Services
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
561720 Janitorial Services (Housekeeping services (i.e., cleaning services)
Contracting Office Address
Network Contracting Office (NCO) 10
3140 Governor s
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This amended announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.
The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, with a small business size standard of
The
This procurement is a 100% Service Disabled Veteran Owned Small Business set-aside IAW FAR 19.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. To receive consideration as a SDVOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov at the time of submitting quote and at the time of award of contract. Unverified SDVOSB s will not be considered and will not be evaluated.
All interested companies shall provide quotations for the following:
Services
PERFORMANCE WORK STATEMENT
Contract Title: Fisher House Housekeeping Services
Background:
The contractor shall provide custodial services at the Fisher House in a manner that will maintain a satisfactory facility condition and shall ensure that all employees present a clean, neat and professional appearance, as determined by the COR. The Contract will consist of a Base Year with an estimated commencement date of
Scope:
All work shall be performed by skilled and trained personnel who are able to converse in English. The contractor shall provide all necessary labor, travel, supervision, equipment, supplies and coordination. The contractor shall provide two (2) workers every day, in staggered shifts, Monday thru Friday, with shifts from 7:00-15:30 and 11:00-19:30, and Saturday and Sunday 8:00 to 16:30 (an 8-hour workday) to perform housekeeping services at the Fisher House. Typical work shall include, but not be limited to vacuuming, mopping, bathroom cleaning, kitchen cleaning, window cleaning, dusting, changing light bulbs, etc. (see frequency chart below). Each worker providing services shall be required to log in and out at the Fisher House for the beginning and end of their shifts, provide date and time, respectively, in a log provided by VAMC.
The contractor shall perform these services in accordance with the
The contractor shall be fully responsible for any repairs and all damage to
Specific Tasks
Contractor s Personnel
Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the contract. The contract manager shall have full authority to act on behalf of the contractor on all contract matters relating to the daily operation of this contract. The contract manager shall be able to read, write, speak, and understand English. The contract manager or alternate(s) shall be available during normal business hours and be able to meet, either in-person or telephonically, with
Contractor Employees: Contractor personnel shall present a neat appearance and be easily recognized as contract employees. This may be accomplished by wearing distinctive clothing provided by the Fisher House, or by clothing bearing the company name and/or by wearing appropriate badges that prominently display the contractor s company name and the employee s name. Jeans, shorts and sandals are not considered appropriate or safe attire for this setting.
All Contractor Employees must display their government issued security (PIV) Badge at all times.
The contractor shall not employ persons for work on this contract if such an employee is identified to the contractor by
The contactor shall not employ any person who is presently an employee of the
Morning Check-In: Contractor workers shall report to the Fisher House Manager or designee at the beginning of each workday to coordinate the areas to be completed that day. When the manager or designee is unavailable, the work details will be provided in writing. Work will be performed in 8-hour shifts, generally between 7:00 and 19:30, Monday through Friday and 8:00-16:30 Saturday and Sunday. Absences will be reported to the contractor who will then notify
Non-
The Following Federal legal holidays are observed by this facility: Any holidays falling on Saturday will be observed on the preceding Friday; holidays falling on Sunday will be observed on the following Monday.
Memorial
Veteran s Day 11 November
Guest Relations: The contractor will assure that the assigned staff members are qualified and able to provide excellent customer service.
Procedures and Documentation: Contractor will be subject to frequent unannounced safety and environmental inspections. Contractor will have ten (10) working days to correct sanitation infractions designated as non-critical and two (2) working days to correct critical infractions.
Training and Records Maintenance: Orientation and initial training of all personnel shall be accomplished within the first fourteen (14) days of employment with written documentation furnished to the COR. All training shall be documented and written copies of signed attendance sheet provided to COR within ten (10) days of completion of training.
Documentation of Services Performed: Contractor shall maintain documentation of:
Carpet & tile maintenance-spot cleaning and shampooing
Deep cleaning of restrooms
Wall washing
Stripping and refinishing of floors
Upholstery cleaning
Cleaning Frequency Chart:
AREA/ITEM
QTY
DAILY
WEEKLY
MONTHLY
AS NEEDED REQUESTED
KITCHEN
1
Appliances wipe down (inside & outside)
X
X
Cabinets wipe down
X
X
Floor wet mop
X
X
Lights - check & contact manager
X
Refrigerators/Freezers assist manager
X
X
X
Stove/Oven/Dishwasher - clean
X
X
Trash Cans empty, clean & replace liner
X
X
Vents - clean
X
Baseboards dust/damp clean
X
LAUNDRY ROOM
1
Appliances wipe down (inside & outside)
X
X
Cabinets wipe down
X
X
Floor wet mop
X
X
Lights check & contact manager
X
X
X
Shelves dust
X
Trash Cans empty, clean & replace liner
X
X
Walls dust
X
Washer/Dryer wipe interior & exterior
X
Vents - clean
X
Baseboards dust/damp clean
X
LIVING ROOM
1
Area Rug vacuum, spot clean & shampoo
X
X
Chair Legs polish
X
Couches/chairs (overstuffed) vacuum & spot clean
X
X
Pictures dust & clean glass & frames
X
X
Silk plants clean
X
Shutters - dust
X
Tables dust & polish
X
X
Tile wet mop
X
X
Window sill clean inside
X
Windows clean inside
X
Vents - clean
X
Baseboards dust/damp clean
X
Curtains/window coverings (Dusted)
X
X
ELEVATOR
1
Floor sweep & vacuum
X
X
Lights check & contact manager
X
Stainless Steel polish
X
X
Doors wipe down
X
X
Walls dust & polish
X
X
STAIRCASE
3
Bannister/Railings wipe down
X
X
Carpet vacuum & shampoo
X
X
Stairs damp mop
X
Walls spot clean
X
PORCHES & PATIO
6
Banisters wipe down/wet wash
X
X
Ceilings/walls/columns remove webs
Notify manager for pest control
X
Ceiling fans damp wipe
X
X
Floors sweep
X
X
Furniture wipe down
X
X
Lights check & contact manager
X
Walkways sweep
X
X
STORAGE ROOM
3
Floor sweep & mop
X
X
Organize supplies
X
Vents - clean
X
MANAGER OFFICE
1
Bathroom clean/disinfect & restock
X
X
Ceiling Fan damp wipe
X
Floor wet mop
X
X
Furniture - dust
X
Shutters - dust
X
Trash Cans remove & replace liner
X
X
Window/Sill clean inside
X
Windows clean inside
X
Vents - clean
X
BATHROOM (COMMON)
1
Filters clean vent
X
Floor wet mop
X
X
Floor (deep clean) scrub
X
Light Bulbs check & exchange
X
Mirror wipe
X
X
Pipes damp wipe
X
Sink clean & disinfect
X
X
Supplies replace
X
X
Toilet clean/disinfect
X
X
Trash Cans empty & replace liner
X
X
Trash Cans Disinfect inside/out
X
X
Vanity Lights damp wipe
X
Vents - clean
X
DINING ROOM
1
Baseboards dust/damp clean
X
Chair Legs dust & polish
X
Chandeliers - dust
X
Chairs vacuum & spot clean
X
X
Floor wet mop
X
X
Furniture dust & polish
X
Pictures dust & clean glass & frames
X
X
Plants - clean
X
Shutters dust
X
Tables clean
X
X
Table Legs dust w/ lemon oil
X
Window sill clean inside
X
Windows clean inside
X
Vents - clean
X
ENTRY FOYER/STAIRS
1
Baseboards dust/damp clean
X
Bust of Fishers dust
X
Chandelier clean
X
Floor wet mop & dust
X
X
Pictures dust/clean glass & frames
X
X
Plants clean
X
Stairs vacuum
X
X
Stairs dust spindles
X
EXTERIOR DOORS
10
Glass widows clean & dust interior & exterior
Brass kickplates clean & dust interior & exterior
X
X
Brass kickplates polish interior & exterior
X
X
Door handles clean interior & exterior
X
X
FAMILY ROOM
1
Baseboards dust/damp clean
X
Area Rug vacuum & spot clean
X
X
Ceiling Fan damp wipe
X
Floor wet mop
X
X
Furniture dust & polish
X
X
Furniture pull out /dust/vacuum behind
X
X
Chairs (overstuffed) vacuum & spot clean
X
X
Pictures dust & clean glass & frames
X
X
Plants - clean
X
Windows clean inside
X
Window Shutters dust & clean
X
Window sill clean inside
X
Vents - clean
X
HALLS
Baseboards dust & damp wipe
X
Doors clean/polish inside & out
X
X
Floor carpet mats/runners vacuum & spot clean
X
X
Mirrors/Tables/lamps dust/clean
X
X
Pictures dust & clean glass & frames
X
Plants - clean
X
Tiled/Wood Floor dust, sweep & wet mop
X
X
AREA/ITEM
QTY
DAILY
WEEKLY
AS VACATED
MONTHLY
AS NEEDED
GUEST ROOMS
16
Area Rugs vacuum & spot clean
X
X
Baseboards dust & damp wipe
X
X
Bed dust/disinfect frame
X
Bed (underneath) vacuum
X
Ceiling Fans damp wipe
X
X
Desk & Chair dust & spot clean
X
Door Frame (inside & out) - dust
X
Dresser Drawers dust & damp wipe
X
Furniture vacuum under and behind
X
Headboard/Footboard dust
X
Lamp shade dust
X
Light Bulbs dust/check/exchange
X
X
Linens (bed & bath) change
X
X
Mattress rotate
X
Mattress Cover & Pad - exchange
X
X
Picture Frames dust & clean
X
Picture Glass clean
X
Pillow Covers exchange
X
Trash Cans Disinfect inside & out
X
X
Trash Cans empty & replace liner
X
X
Telephone disinfect
X
Television & DVD player - clean w/ damp cloth
X
Walls spot clean
X
X
Windows wash inside
X
Window Shutters dust/clean w/ damp cloth
X
X
Window Sills dust
X
Wood floors dust, sweep & wet mop
X
X
Vents - clean
X
X
GUEST BATHROOMS
16
Exhaust Fan dust
X
X
Floor wet mop/disinfect
X
Floor deep clean
X
Light Bulbs check & exchange
X
X
Mirror wipe
X
Pipes damp wipe
X
Shower scrub & disinfect
X
Shower curtain replace
X
Sink clean/disinfect
X
Toilet clean/disinfect
X
Trash Can disinfect inside & out
X
Trash Can empty & replace liner
X
Vanity Lights clean w/damp cloth
X
OCCUPIED GUEST ROOM
0-16
Area Rugs vacuum & spot clean
X
X
Baseboards dust & damp wipe
X
X
Bed dust/disinfect frame
X
Bed (underneath) vacuum
X
Desk & Chair dust & spot clean
X
Door Frame (inside & out) - dust
X
Furniture vacuum under and behind
X
Headboard/Footboard dust
X
Lamp, shade dust
X
Light Bulbs dust/check/exchange
X
X
Linens (bed & bath) change
X
X
Mattress rotate
X
Mattress Cover& Pad - exchange
X
Picture Frames dust & clean
X
Picture Glass clean
X
Pillow Covers exchange
X
Trash Cans Disinfect inside & out
X
X
Trash Cans empty & replace liner
X
X
Telephone disinfect
X
Television & DVD player - clean w/ damp cloth
X
Windows wash inside
X
Window Shutters dust/clean w/ damp cloth
X
X
Window Sills dust
X
Wood floors dust, sweep & wet mop
X
X
Vents - clean
X
OCCUPIED ROOMS GUEST BATHROOMS
0-16
Exhaust Fan dust
X
X
Floor wet mop/disinfect
X
X
Floor deep clean
X
X
Light Bulbs check & exchange
X
X
Mirror wipe
X
X
Pipes damp wipe
X
X
Shower scrub & disinfect
X
X
Shower curtain replace
X
X
Sink clean/disinfect
X
X
Toilet clean/disinfect
X
X
Trash Can disinfect inside & out
X
X
Trash Can empty & replace liner
X
X
Vanity Lights clean w/damp cloth
X
X
REQUIREMENTS FOR SPECIFIC TASKS:
All Floors: All floors, except carpeted areas, shall be swept, dust mopped, damp mopped, wet mopped, dry buffed, and spray buffed as needed, to ensure they have a uniform, glossy appearance and are free from dirt, debris, dust, scuff marks, stains and discoloration, and other foreign matter. Baseboards, corners and wall/floor edges shall also be clean. All floor maintenance solutions shall be removed from baseboards, furniture, trash receptacles, etc. Chairs, trash receptacles and other moveable items (including long curtains- to avoid soiling on bottom of curtains) shall be moved to maintain floors underneath these items. All moved items shall be returned to their original and proper position.
Trash Removal: All trash containers shall be emptied and returned to their initial location. Boxes, cans and papers placed near a trash receptacle and marked Trash shall be removed. All liners should be replaced each time trash is removed. The trash shall be deposited in the nearest outside trash collection container. Trash receptacles shall be left clean, free of foreign matter, and free of odors. The contractor is responsible for providing and stocking all required trash receptacle bags with durable products and appropriate size for container.
Clean Interior & Exterior Door Glass/Mirrors: Clean all interior and exterior glass, including glass in doors, partitions, walls, display cases, etc. After glass cleaning, there shall be no traces of film, dirt, smudges, water or other foreign matter.
Clean Stairways: All floor surfaces shall be cleaned as appropriate for floor type. Dust, grease and grime shall be removed from stair guards, handrails and baseboards. Contractor shall remove all marks, dirt, smudges, scuffs, and other foreign matter from adjoining stairwell walls to provide or maintain a clean, uniform appearance.
Vacuum Carpets/Area Rugs: Vacuum carpeted areas. After vacuuming, the carpeted area shall be free of all visible dirt, debris, litter and other foreign matter. Any spots shall be removed by carpet manufacturer s approved methods as soon as noticed. All tears, burns, and raveling shall be brought to the attention of the government representative. Area and throw rugs (if any) are also included under this section.
Clean Carpets/Area Rugs: Spot clean or shampoo dirty carpets. Spots must be removed immediately.
Vacuum and Clean Floor Mats: Vacuum and clean interior and exterior floor mats. After vacuuming or cleaning, mats shall be free of all visible lint, litter, soil and other foreign matter. Soil and moisture underneath mats shall be removed and mats returned to their normal location.
General Spot Cleaning: Perform spot cleaning on a continual basis. Spot cleaning includes, but is not limited to removing or cleaning smudges, fingerprints, marks, streaks, spills, etc., from washable surfaces of all walls, partitions, vents, grillwork, doors, door guards, door handles, push bars, kick plates, light switches, upholstered furniture (per manufacturer guidelines), temperature controls and fixtures. After spot cleaning, the surfaces shall have a clean, uniform appearance, free of streaks, spots, and other evidence of soil.
General Dusting: All horizontal surfaces must be dusted or cleaned to eliminate dust collection.
Basic Restroom Cleaning: The contractor shall accomplish all cleaning tasks to meet the requirements of this Performance Work Statement and the Service Delivery Summary (SDS).
Sweep and Mop Floor: After sweeping and mopping, the entire floor surface, including grout, shall be free from litter, dirt, dust and debris. Grout on wall and floor tiles shall be free of dirt, scum, mildew, residue, etc. Floors shall have a uniform appearance without streaks, swirl marks, detergent residue, or any evidence of soil, stain, film or standing water. Moveable items shall be tilted or moved to sweep and damp mop underneath. Floors shall be stripped, scrubbed, waxed, etc. as necessary to maintain sanitary conditions and a clean, uniform appearance.
PERIODIC CLEANING SERVICES:
Strip, Scrub, Seal and Wax Floors: Strip, scrub, seal and wax floors as necessary to maintain a uniform glossy appearance. A non-skid wax is required. A uniform glossy appearance is free of scuffmarks, heel marks, wax build-up, and other stains and discolorations.
Clean Interior Windows: Clean glass surfaces that are over seven (7) feet high. After surfaces have been cleaned, all traces of film, dirt, smudges, water and other foreign matter shall be removed from frames, casings, sills and glass.
Clean Exterior Windows: Windows are the glass surfaces that are an integral part of the outer wall of the building. Window screens shall be removed, cleaned and replaced as needed. After windows have been cleaned, exterior frames, casings, sills and glass shall be free of all traces of film, dirt, smudges, water and other foreign matter.
Clean/Shampoo Carpet/ Area Rugs: All carpets shall be cleaned in accordance with standard commercial practices. A heavy-duty spot remover may be required in heavily soiled areas. After shampooing, the carpeted area will be uniform in appearance and free of stains and discoloration. All cleaning solutions shall be removed from baseboards, furniture, trash receptacles, chairs and other similar items. Chairs, trash receptacles, and other items shall be moved to clean carpet underneath and returned to their original location.
Furniture cleaning throughout rooms, as needed/requested basis.
After a room has been treated for bed bugs, housekeeping staff will thoroughly/terminally clean the room.
REQUIREMENTS FOR SPECIFIC TASKS LAUNDRY:
Linen Laundry:
Contaminated Laundry:
The contractor shall ensure articles identified as contaminated with potentially infectious material potentially infectious (material soaked in blood, other body fluids, feces, or human tissue) shall be separated from other soiled articles for scouring them before laundering.
Articles identified as contaminated with potentially infectious material shall be collected in such a manner as to prevent the spread of microorganisms to the environment, or personnel who may be required to handle such items during transportation, cleaning or scouring in the performance of the contract.
The contractor shall ensure double bagging of all soiled potentially contaminated linens to prevent any instance where the outside of a bag used in the carrying of such linen may become contaminated.
The linen carts shall protect the linen from spreading microorganisms when soiled and from the environment (rain, dust, contamination) and shall have closable lids. Before the linen carts (clean or soiled) are moved from; the storage location, linen facility, or mode of transportation, the lid shall be closed to protect the linen.
Unserviceable articles
Unserviceable and non-repairable articles no longer usable for the purpose intended shall be returned by the contractor to the Fisher House Manager.
Cleanliness and Finish:
Linen storage shelves shall be kept clean, neat and sanitary at all times. The linen carts used for the transportation of cleaned and packaged linen shall protect the packaged linen from environmental contamination, i.e. rain, dust, or other such hazards.
Lost/Damaged Items: The contractor shall replace any items lost or damaged due to negligence or poor work performance at no additional expense to the
The contractor shall indemnify the
Validation of any claims for loss or damage shall be made by the Contracting Officer (COR) based on factual (documentary) evidence produced by the
PERFORMANCE MONITORING
Purpose
This quality assurance surveillance plan (QASP) is a government-developed and applied document used to make systematic quality assurance methods used in the administration of the performance-based service acquisition (PBSA) standards included in this contract. The intent is to ensure that the contractor performs in accordance with performance metrics set forth in the contract documents, that the government receives the quality of services called for in the contract, and that the government only pays for the acceptable level of services received.
Authority
Authority to issue this QASP is provided under Federal Acquisition Clause (FAR) 52.212-4(a) Inspection and Acceptance, which provided for inspections and acceptance of the articles, services, and documentation called for in the contract to be accomplished by the contracting officer or a duly appointed representative.
Scope
The contractor, and not the government, is responsible for management and quality control actions necessary to meet the quality standards set forth by the contract. The QASP is put in place to provide government surveillance oversight of the contractor s quality control efforts to assure that they are timely, effective, and delivering the results specified in the contract. The QASP is not a part of the contract, nor is it intended to duplicate the contractor s quality control plan.
Government Resources
The following definitions for government resources are applicable to this plan:
a) Contracting Officer
A person duly appointed with the authority to enter into, administer, or terminate contracts and make related determinations and findings on behalf of the government.
b) Contracting Officer s Representative (COR)
An individual designated in writing by the contracting officer to act as his or her authorized representative to assist in administering a contract. The source and authority for a COR is from the contracting officer. COR limitations are contained in the written letter of designation.
Responsibilities
The government resources shall have responsibilities for the implementation of this QASP as follows:
Contracting Officer
The contracting officer ensures performance of all necessary actions for effective contracting and ensures compliance with the terms of the contract and safeguards the interests of
COR
The COR is responsible for technical administration of the contract and assures proper government surveillance of the contractor s performance. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the government s behalf. Any changes that the contractor deems may affect contract price, terms, or conditions shall be referred to the contracting officer for action.
Methods of Surveillance
The below listed methods of surveillance shall be used in the administration of this QASP.
Periodic Surveillance by the COR
The COR periodically sit in on the training to verify that the contractor is meeting the goals of the training course.
Customer complaint
The COR is the point of contact and will collect all customer complaints. The COR will review all complaints and contact the originator to determine the validity of any claims. Customer complaints will become a permanent part of the COR surveillance records.
100% Inspections
Complete evaluation of the performance element.
Random Sampling
Method used to evaluate performance by randomly selecting and inspecting a sample of cases.
Identified QA Surveillance Tasks
The following PBSA items are identified within the contract performance work statement and will be monitored by period surveillance from the COR and customer complaints in the event that a task is not be adequately performed. Refer to Cleaning Frequency Chart ( item g. of the PWS, page two).
Documentation
The COR will, in addition to providing documentation to the contracting officer, maintain a complete quality assurance file. The file will contain copies of all reports, evaluations, recommendations, and any actions related to the government s performance of the quality assurance function, including the originals of all surveillance activity checklists. All such records will be retained for the life of this contract. The COR shall forward these records to the contracting officer at termination or completion of the contract.
PERFORMANCE OBJECTIVE
Custodial Services not to exceed two (2) customer complaints per month.
SECURITY REQUIREMENTS
The C&A requirements do not apply, and that a Security Accreditation Package is not required. Contractor s employees shall comply with both physical and administrative security procedures that will remain in effect the entire duration of the contract.
Security Procedures
Contractor employees must have a
The contractor shall distinguish between personnel expected to work 15 days or less, or greater than 15 work days.
For contractor personnel working fifteen days or less on site, the contractor shall report to the
For contractor personnel working greater than fifteen days, Contractor shall provide personal identifying information to the COR for all personnel who will be working on the site. The information is required for badging and fingerprinting processes in order to work on DVAMC. A hand-out, titled VSC Personnel Security Services Overview is provided outlining these requirements. Contractor may submit names throughout the contract period as well, and the same process applies.
Contractor shall establish an appointment for fingerprinting using the following internet address: https://va-piv.com. Fingerprinting shall be accomplished at the
The COR will submit Contractor personal identifying information to the
Following VA PIV System notification, Contractor shall establish an appointment for obtaining a Flash badge using the following internet address: https://vapiv.com. Flash badging shall be accomplished at the
Contractors approved to work but who do not yet have a Flash badge may obtain a Station badge following the procedures previously identified. Station badges will not be issued back-to-back to a single individual. If a contractor s Station badge has expired, and the contractor has not received a Flash badge, that contractor will not be permitted to work on at the Fisher House.
After receipt of the Flash badge, contractor personnel shall return to the
Contractor shall monitor expiration dates of expiring badges and reinitiate the previous process should personnel be required to work on site beyond the expiration date.
In situations where a Contractor is employing personnel who are already badged (i.e. badge has been obtained under a different contract), those individuals do not need to be submitted for rebadging until within four weeks of expiration of the badge.
Contractors shall report lost/missing badges within 24 hours to the COR.
Contractor shall ensure Flash and Station badges are collected and turned into COR upon contract completion. Failure to turn in badges may result in punitive damages and/or security investigations.
No photography of
Key Control
The Contractor may be provided government key(s) (brass key, swipe card or pin) to access
Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI)
The Contractor may be provided government key(s) to access sites. These key(s) shall be turned over to the COR at the end of the project, or sooner if access to keyed areas is no longer required. Loss of key(s) may result in rekeying of the Fisher House or government buildings at a cost to the contractor and/or contractor is responsible for cost associated with replacement of government keys.
Other Pertinent Information or Special Considerations: Housekeeping staff will be trained by
Place of Performance
c/o
Period of Performance:
Base Year:
Option Year 1:
Option Year 2:
Option Year 3:
Option Year 4:
Delivery Schedule
All work shall be performed by skilled and trained personnel who are able to converse in English. The contractor shall provide all necessary labor, travel, supervision, equipment, supplies and coordination. The contractor shall provide two (2) workers every weekday, in staggered shifts, Monday thru Friday, with shifts ranging from 07:00 15:30 and 11:00
Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability of the item offered to meet the Government requirement, (2) past performance (5 past performance references and CPARS/PPIRS will be utilized), and (3) price. Technical and past performance, when combined, are more important than price.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (
There are no addenda attached to this clause.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (
The following subparagraphs of FAR 52.212-5 are applicable:
FAR 52.212-5(b)(1), The solicitation number;
FAR 52.212-5(b)(2), The time specified in the solicitation for receipt of offers;
FAR 52.212-5(b)(3), The name, address, and telephone number of the offerer;
FAR 52.212-5(b)(4), A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
FAR 52.212-5(b)(6), Price and any discount terms;
FAR 52.212-5(b)(7), Remit to address, if different than mailing address;
FAR 52.212-5(b)(8), A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
FAR 52.212-5(b)(9), Acknowledgment of Solicitation Amendments;
FAR 52.212-5(b)(10), Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
FAR 52.212-5(b)(11), If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
Specifically, the following clauses cited are applicable to this solicitation:
FAR 52.203-16, Preventing Personal Conflicts of Interest (
FAR 52.203-17, Contractor Whistleblower Rights and Requirement to Inform
Employees of Whistleblower Rights (
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
(
FAR 52.204-9, Personal Identity Verification of Contractor Personnel (
FAR 52.204-14, Service Contract Reporting Requirements (
FAR 52.208-9, Contractor Use of Mandatory Sources of Supply or Services (
FAR 52.213-2, Invoices (
FAR 52.217-8, Option to Extend Services (
FAR 52.219-14, Limitations on Subcontracting (
FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Aside (
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (
FAR 52.222-21, Prohibition of Segregated Facilities (
FAR 52.222-26, Equal Opportunity (
FAR 52.222-35, Equal Opportunity for Veterans (
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (
FAR 52.222-37, Employment Reports on Veterans (
FAR 52.222-41, Service Contract Labor Standards (Reference Wage Determination No.: 2015-4731, Revision 5, dated 1/10/2018, attached) (
FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (
FAR 52.222-50, Combating Trafficking in Persons (
FAR 52.222-55, Minimum Wages Under Executive Order 13658 (
FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (
FAR 52.225-13, Restrictions on Certain Foreign Purchases (
FAR 52.228-5, Insurance-Work on a Government Installation (
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (
FAR 52.233-2, Service of Protest (
52.237-3, Continuity of Services (
FAR 52.242-5, Payments to Small Business Subcontractors (
Other VA Acquisition Regulation Clauses
VAAR 852.203-70,
VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (
VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (
VAAR 852.232-72, Electronic Submission of Payment Requests (
VAAR 852.237-70, Contractor Responsibility (
Other VA Acquisition Regulation Provisions
VAAR 852.233-70, Protest Content/Alternate Dispute Resolution (
VAAR 852.233-71, Alternate Protest Procedure (
All quoters shall submit the following:
Technical Capabilities on completing Performance Work Statement scope, requirements and quality assurance program;
Provide five (5) past performance references (to include company name, individual contact name, phone number, email, dates of service to company, description of service[s] provided) these companies will be contacted for past performance verification. Additionally, the Contract Performance Assessment Reports from past performance on other Government contracts will be reviewed and evaluated;
Contractor shall complete, at a minimum, the following price schedule and include other cost information necessary, supplies, background checks, onboarding new employees, etc.:
Total hours labor hours per week:
Total labor cost per week ___ X ____=$______
Total health and welfare costs per week ___ X ____=$______
Total management costs per month= _____
Total sick time accrual cost per month= _____
Total 5-year cost proposed is $______________ of the 5 year period of all elected for renewal
Base year monthly amount is $___________ X 12 Months = $___________ (Yearly Cost)
Option year #1 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost)
Option year #2 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost)
Option year #3 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost)
Option year #4 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost)
All quotations shall be sent to the Contract Support Specialist,
This is an open-market combined synopsis/solicitation for services as defined herein.----The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).
SITE VISIT: A site visit is schedule for
QUOTES shall be received not later than 1400 hours on
AMENDMENT 0001 to this Combined Solicitation / Synopsis will contain the Quality Assurance Surveillance Plan and the Wage Determination.
To receive a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Support Specialist,
Point of contact
Contractor
(937) 268-6511 ext. 2324
Network Contracting Office (NCO) 10
Contracting Officer
(937) 268-6511 ext. 4542
Network Contracting Office (NCO) 10
Link/URL: https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25018Q9831/listing.html
65– Laerdal Sim Man 3G Manikin Brand Name
V– 552-19-1-151-0003, Ambulance
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News