Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:N6247822R2495
Custodial Services for Naval Clinic Hawaii, Various Locations, Oahu, Hawaii. The work includes providing custodial services to ensure facilities are clean and sightly. The work includes, but is not li...
Custodial Services for Naval Clinic Hawaii, Various Locations, Oahu, Hawaii. The work includes providing custodial services to ensure facilities are clean and sightly. The work includes, but is not limited to, low area cleaning, high area cleaning, interior and exterior window cleaning, floor care, restroom cleaning services, sweeping and dust mopping, drinking fountains, wet mopping, stripping, coating, and buffing, carpet and rug deep cleaning, group shower/locker room cleaning, vacuuming, spray cleaning and buffing, building perimeter services, debris removal services. The Contractor shall provide cleaning services in examination rooms and other locations where patients are treated to ensure areas are clean and sanitary. The Contractor shall perform service at various frequencies which include daily services to Exam Rooms, Treatment Rooms, Immunizations, And Consultative Rooms and other clinic locations where patients are seen, checked, treated, consulted, or cared for. Work includes daily damp wiping with disinfectant (wet rag with disinfectant, not plain water), trash collection, hallways, laboratory, processing rooms, linen rooms, dental examination areas, procedure suites (medical, gynecology, oral surgery, treatment rooms), patient check-in reception areas/nurses station, patient waiting rooms, office or administrative areas, supply rooms, staff lounge rooms, play room areas, kitchen, elevators, medical records/x-ray records rooms, housekeeping closets and storage rooms, materials management loading docks. Work also includes space cleaning, emptying waste containers, emptying recycling containers, emptying perimeter waste containers, cleaning furniture, stairwells, window blinds cleaning, entrance cleaning, lunch/break rooms, etc. The Contractor shall develop and submit an Annual Work Schedule and Monthly Work Plan for custodial services. The schedule shall clearly indicate the day of performance of each service for each building. The Contractor shall return furniture and other items moved during performance to their original positions. The Contractor shall collect all recyclable material from desk-side recycling containers and/or interior collection points. The Contractor shall respond and complete requests for minor cleaning tasks between scheduled service intervals to ensure spaces and surfaces are clean. Typical unscheduled services include clean-up of overflowed restroom fixtures, spills, bodily fluids, muddy or wet entrances, broken glass, carpet spot cleaning, malicious defacement or spaces, flooding caused by roof or wall leaks and other similar items. Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 561720 and the annual size standard is $19,500,000. The contract term will be a base period of 12 months plus four one-year option periods. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. Non-recurring work will be issued via FedMall, a web-based ordering system, using Government purchase cards. The minimum guarantee will be the Base Period Recurring work and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule. This contract will replace a contract for similar services awarded in 2017 for $1,137,779.28 (recurring work) and $23,393.87 (nonrecurring work). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Based on market research, there is a reasonable expectation that offers would be obtained from at least two responsible 8(a) concerns. The subject solicitation will be issued as a competitive 8(a) set-aside. The NAVFAC Hawaii small business office concurs with the set-aside determination. Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available. Proposals shall be submitted using the PIEE Solicitation Module. See attached PIEE Vendor Registration Guide. All interested offerors shall register in PIEE. No notice of solicitation activity will be provided to interested offerors. The solicitation utilizes source selection procedures which require offerors to submit a non-price proposal (Corporate Experience, Safety, Execution and Past Performance information), and a price proposal for evaluation by the Government. Proposal receipt date is approximate and will be as shown on the solicitation.