Custodial Maintenance Services Cross Lake

Agency: DEPT OF DEFENSE
State: Minnesota
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: Mar 25, 2024
Due: Apr 3, 2024
Solicitation No: W912ES24Q0049
Publication URL: To access bid details, please log in.
Follow
Custodial Maintenance Services Cross Lake
Active
Contract Opportunity
Notice ID
W912ES24Q0049
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST ST PAUL
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 25, 2024 10:32 am CDT
  • Original Published Date: Mar 12, 2024 07:42 am CDT
  • Updated Date Offers Due: Apr 03, 2024 03:00 pm CDT
  • Original Date Offers Due: Mar 26, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 18, 2024
  • Original Inactive Date: Apr 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Crosslake , MN 56442
    USA
Description

CUSTODIAL MAINTENANCE SERVICES

CROSS LAKE RECREATION AREA





C-1. GENERAL.



C-1.1. Scope of work. The work to be performed under this contract consists of furnishing all plant, materials, tools, equipment, supplies, labor, and transportation and performing all work as required and outlined in this scope of work. All work materials and services not expressly called for in the specifications or shown on the drawings, but which are necessary for completion of the contract requirements shall be performed and furnished by the Contractor at no increase in cost to the Government.



C-1.2. Services and supplies. The Contractor shall furnish custodial maintenance services and supply required materials to maintain clean and sanitary conditions in the areas specified. Work will be required seven days a week including holidays from 1 May through 16 October 2024. The Office Building Custodial Services shall be performed three times per week during normal business hours. Normal business hours are 8:00 am to 4:30 pm, M-F.



C-1.3. Work consists of:

(1) Shower and Restroom Custodial Services.

(2) Day Use Restroom Custodial Services

(3) Office Building Custodial Services

(4) Office Building Window Cleaning



C-1.4. Locations/Site Inspections. The locations of the area requiring custodial and maintenance services shall be shown on the attached map in section C-7. Contractors are encouraged to make a site inspection before bidding. Inspections can be arranged Monday through Friday from 8:00 am to 4:00 pm by contacting the Site Lead Ranger.



C-1.5. Payment. Payment will made monthly during the contract period for the total of each service performed during that month. The contractor must submit a monthly invoice that itemizes each service performed in accordance with the CLINs contained in the contract. Charges on the monthly invoice must correspond with the daily work logs. The work will be conducted under the general direction of the Contracting Officer and is subject to inspection by appointed inspectors to ensure strict compliance with the terms of this contract. No inspector is authorized to change any provision of the specifications without written authorization from the Contracting Officer, nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. Invoices must contain the name and address that matches the information appearing on the contract. A hard copy invoice, or PDF file if submitting by email, must be submitted on the first business day of each month to:

Aaron.springer@usace.army.mil or



U.S. Army Corps of Engineers

Cross Lake Recreation Area

35507 County Road 66

P.O. Box 36

Crosslake, MN 56442



C-1.6. Period of Performance.

TERM OF CONTRACT. The term of the basic contract shall be from 01 May 2024 through 30 April 2025 with 4 one-year options. The basic Term of Actual On-Site Performance is 01 May 2024 through 16 October 2024. The Terms of Actual On-Site Performance are:



• Base Term: 01 May 2024 through 30 April 2025. (Contract Term)

o Base Term: 01 May 2024 through 16 October 2024. (Period of Performance)



• Option Year 1: 01 May 2025 through 30 April 2026. (Contract Term)

o Option Year 1: 01 May 2025 through 16 October 2025. (Period of Performance)



• Option Year 2: 01 May 2026 through 30 April 2027. (Contract Term)

o Option Year 2: 01 May 2026 through 16 October 2026. (Period of Performance)



• Option Year 3: 01 May 2027 through 30 April 2028. (Contract Term)

o Option Year 3: 01 May 2027 through 16 October 2027. (Period of Performance)



• Option Year 4: 01 May 2028 through 30 April 2029. (Contract Period)

o Option Year 4: 01 May 2028 through 16 October 2028. (Period of Performance)





C-1.7. Orientation. Prior to the start of work, the Government will provide an orientation meeting to the Contractor and its personnel which will include discussion of contract requirements, facility inventory, safety considerations, equipment, administration, and other pertinent information. The contractor will have opportunity to ask questions regarding work covered by this contract.



C-1.8. Acceptance of Work. In accordance with the inspection of services provisions of the contract, clause 52.212-4(a) Inspection/Acceptance, the Contractor shall provide quality products in a timely manner. The Government may require the Contractor, at no additional cost, to replace or correct work that fails to meet contract requirements.



When unacceptable performance occurs, the Contracting Officer will inform the Contractor. This will normally be in writing unless circumstances necessitate verbal communication.



When the Contracting Officer determines formal written communication is required, a Contract Discrepancy Report (CDR) will be given to the contractor.



The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the Contracting Officer. The response statement shall identify causes for failure to perform and identify ways to prevent future occurrences of the same performance failures. The Contracting Officer will assess the need for further action, based on past performance and written plan for future incident prevention.



Failure to perform required services in a timely manner may result in payment reduction. Any CDRs may become a part of the supporting documentation for contract payment deductions or other actions deemed necessary by the Contracting Officer.



C-1.9. Suspension of Work. The Contractor may be instructed to suspend a portion of, or all work, due to wet conditions, extended periods of dry weather, construction activities taking place at the location of work, safety hazards, or other conditions that, in the determination of the government, make performance of the work unsafe, place government facilities at risk of damage or loss, or adversely affect the usefulness or value of the work. The contractor will not be compensated for work that has been suspended.



C-2. GARBAGE COLLECTION AND DISPOSAL. This section pertains to all waste generated or collected while performing the work under this contract. Containers consist of 3-gallon plastic bins within facilities such as restrooms and 1-gallon feminine waste containers in women’s restroom stalls.



C-2.1. Waste Containers. The Contractor shall conduct daily inspections and provide custodial services unless specified otherwise in this section, other sections or stated by the U.S. Army Corps of Engineers (USACE).



C-2.1.1 Emptying. Waste containers shall be emptied. If plastic liners are missing, leaking, soiled, or if odors/insects exist, the plastic liner shall be replaced with a liner sized for the container. Containers shall be rinsed/disinfected if an odor exists. Trash that was placed next to a waste container shall also be removed and disposed of. Trash that falls on the floor or outside on the ground during the waste removal process shall be picked up and disposed of by the Contractor.



C-2.1.1.1 Disposal. Waste collected by the Contractor shall be disposed of in dumpsters on Government property that are provided by USACE. Only waste collected in the performance of this contract may be placed in the government dumpsters. USACE shall be responsible for the cost of disposal of the garbage in the dumpsters to an approved landfill.



C-2.1.2. Hazardous Waste.



C-2.1.2.1. Discovery/Notification/Disposal. Hazardous waste is waste with properties that make it dangerous or capable of having a harmful effect on human health or the environment. Hazardous waste discovered by the Contractor shall be reported immediately to the Site Lead Ranger and disposal shall be the responsibility of USACE. Do not attempt to handle hazardous waste.



C-3. SHOWER AND RESTROOM CUSTODIAL SERVICES. This section includes all buildings that are referenced to by name as comfort station, day use restroom, family restroom, utility washroom and utility room. The contractor shall provide custodial services as described below.



C-3.1. Basic Services. Basic services for facilities, including 1 family restroom and 2 utility washrooms, shall be cleaned and serviced once daily unless specified otherwise. These facilities include a flush toilet, a handicap shower, a sink, utility sinks, a hand dryer, shower seat, a wheelchair, handicap bars, floor mats, etc. Scheduled times for cleaning shall be approved by the Site Lead Ranger.



Basic Services for the 2 comfort stations with showers and the day use bathroom shall be cleaned and serviced once daily except they shall be cleaned twice per day on Fridays, Saturdays, and Sundays beginning on the Saturday before Memorial Day Weekend through September 30. These facilities include flush toilets, showers, sinks, hand dryers, floor mats, etc. Scheduled times for cleaning the day use bathroom shall be approved by the Site Lead Ranger. The cleaning schedule for the 2 comfort stations with showers is as follows:



• On days that require one cleaning (Monday - Thursday), hours of cleaning shall take place between 6:00 am and 8:00 am.



• On days that require two cleanings (Friday – Sunday), the first cleaning shall take place between 6:00 am and 8:00 am and the second cleaning shall take place between 4:00 pm and 6:00 pm.



C-3.1.1. Space Cleaning. The following work requirements shall be performed when building services are scheduled.



C-3.1.1.1. Sweeping/Dust Mopping. Concrete, tile, or resilient flooring shall be swept, vacuumed or dust mopped to remove all loose dirt, dust, and debris.



C-3.1.1.2. Emptying Waste Containers. Each restroom facility contains a small waste container. All waste containers shall be serviced in accordance with the section C-2: Garbage Collection and Disposal.



C-3.1.1.3. Dusting/Cleaning. All equipment, horizontal ledges, sills, walls, doors, and partitions shall be wiped clean and disinfected. Ceilings shall be kept free of dirt, spider webs, insect matter, stains, and debris. Miscellaneous hardware and bright metal work shall be wiped clean and disinfected. Drinking fountains and water bottle filling stations shall be cleaned and disinfected; all surfaces shall be free of stains, smudges, and scale.



C-3.1.1.4. Cleaning Shower Changing Area Floor Mats. Each individual shower has a small changing area with a rubber/plastic floor mat associated with it. These floor mats shall be cleaned and disinfected, and the floors cleaned as appropriate along with the rest of the floor during each scheduled cleaning. Mats shall be returned to their original locations afterward. The contractor shall notify USACE when floor mats are worn out and are no longer effective. Floor mats will be replaced at the Governments expense.



C-3.1.1.5. Damp Mopping. Floors shall be damp mopped with an approved cleaning solution/disinfectant to remove dirt, streaks, smears, and stains. No water used for mopping shall be left in pools on the floor. Dirty mop water shall be replaced with new, clean water and cleaning solution prior to cleaning the next facility.



C-3.1.1.6. Cleaning and Unplugging Drains. All drains including sinks, toilets, urinals, and floor drains shall be surfaced cleaned and kept free flowing during each building service. Any foreign matter such as litter, debris and hair should be removed and disposed of in trash bins to avoid plugging drains. Plugged drains shall be unplugged. Contractor is responsible for cleaning the drain and the drain trap.



C-3.1.2. Restroom/Shower Services. In addition to the requirements specified for space cleaning, the following requirements shall be performed when building services are scheduled.



C-3.1.2.1. Cleaning. Restroom fixtures, including toilets, urinals, showers, benches, wheelchair, hand dryers and sinks shall be washed inside and outside using a disinfectant, and shall be free of hard water, mildew and other stains and odors. An approved toilet bowl cleaner shall be used to clean the urinals and toilets. Brushes, sponges, and rags that have been used to clean any part of the restroom shall not be used to clean sinks or showers. Mirrors shall be cleaned and polished. All metal fixtures and hardware shall be cleaned and disinfected. If present, shower/toilet stalls and dressing rooms shall be considered part of the restroom and cleaned accordingly.



C-3.1.2.2. Servicing. Servicing restrooms shall include inspecting, cleaning, and replenishing supply dispensers. The contractor is responsible for restroom supplies including, but not limited to, toiletry items, toilet tissue, and soap. The contractor shall stock restrooms with sufficient supplies to ensure they will last until the next scheduled service. Soap dispensers that are clogged or slow acting shall be serviced. Shower curtains shall be inspected and cleaned during each cleaning. If signs of mildew or deterioration are present, the Contractor shall notify the Site Lead Ranger and will install new curtains that are supplied by the Government.



C-3.1.3. Utility Sinks. Sinks, washtubs, etc. shall be cleaned as stated in restroom/shower services.



C-3.1.4. Miscellaneous Services. The following work requirements shall be performed when building services are required.



C-3.1.4.1. Utility Rooms. Utility rooms shall be maintained in a neat and clean condition. Contractor may utilize utility rooms to store cleaning equipment and materials. Chemicals must be kept in labeled containers suitable for its contents and stored in secondary containers to contain spills or leaks. A Safety Data Sheet (SDS) for each chemical must be submitted to the Site Lead Ranger prior to use. Flammable materials must be kept away from furnaces and water heaters and stored in flammable storage containers.



C-3.1.4.2. Ducts, Vents, Louvers and Fans. All vents, duct covers, and louvers shall be inspected daily, and dust and other debris shall be cleaned from covers when present. Fan blades shall be inspected and cleaned once per month.



C-4. OFFICE BUILDING CUSTODIAL SERVICES. This section includes the main office building. Areas to be cleaned consist of the break room, the restroom, entrance foyer, conference room, and both interior and exterior drinking fountains and bottle filler.



C-4.1. Basic Services. Basic services shall be met three days a week on Monday, Wednesday, and Friday. Scheduled cleaning times must be coordinated with and approved by the Site Lead Ranger. All required services shall be performed using contractor provided cleaning equipment.



C-4.1.1. Space cleaning. The following work requirements shall be performed when building services are scheduled.



C-4.1.1.1. Sweeping/Dust Mopping. Concrete, tile, or resilient flooring shall be swept, vacuumed or dust mopped to remove all loose dirt, dust, and debris.



C-4.1.1.2. Emptying Waste Containers. All waste containers shall be serviced in accordance with the section C-2: Garbage Collection and Disposal.



C-4.1.1.3. Dusting/Cleaning. All equipment, horizontal ledges, sills, walls, counter tops, doors, and partitions shall be wiped clean and disinfected. Miscellaneous hardware and bright metal work shall be wiped clean and disinfected.



C-4.1.1.4. Cleaning Walk-off Mats. Each time floors are swept/dust mopped or vacuumed, walk-off mats in that area shall be cleaned. Soil and moisture underneath mats shall be removed, and the floors cleaned as appropriate along with the rest of the floor. Mats shall be returned to their original locations afterward, once the floor is dry if applicable.



C-4.1.1.5. Damp Mopping. Prior to damp mopping, floors shall be swept/dust mopped or vacuumed. Floors shall be damp mopped with an approved cleaning solution/disinfectant to remove dirt, streaks, smears, and stains and then dried. No water used for mopping shall be left in pools on the floor.



C-4.1.2. Restroom Services. In addition to the requirements specified for space cleaning, the following requirements shall be performed when building services are scheduled.



C-4.1.2.1. Cleaning. Restroom fixtures, including a toilet, urinal, and sink, shall be washed inside and outside using a disinfectant, and shall be free of hard water, mildew and other stains and odors. An approved toilet bowl cleaner shall be used to remove stains from the urinal and toilet. Brushes, sponges, and cloths that have been used to clean any part of the restroom shall not be used to clean sinks. Mirrors shall be cleaned and polished. All metal fixtures and hardware shall be cleaned and disinfected.



C-4.1.2.2. Servicing. Servicing restrooms shall include inspecting and cleaning. Government will provide and stock toilet paper, paper towels, and soap.



C-4.1.2.3. Utility Room. Utility room shall be maintained in a neat and clean condition.

The contractor may utilize utility room to store cleaning equipment and materials. Chemicals must be kept in labeled containers suitable for its contents and stored in secondary containers to contain spills and leaks. An SDS for each chemical must be submitted to the Site Lead Ranger prior to use.



C-4.1.3. Office Building Glass Doors. The interior and exterior of the glass office building entrance door and the glass conference room exterior door shall be cleaned during each office building service. The glass doors shall be cleaned with an approved glass cleaner and be free of streaks, smears, or fingerprints.



C-4.1.4. Windows. Interiors and exteriors of windows to the breakroom, restroom, conference room, and office areas shall be cleaned twice per year (once in the spring and once in the fall) and must be scheduled with the Site Lead Ranger. The windows shall be cleaned with an approved glass cleaner and be free of streaks, smears, or fingerprints. Window screens shall be removed and cleaned to remove all dirt, dust, and debris. Care shall be taken by the contractor not to harm the window screens or hardware when removing screens from the windows to clean.



C-5 MISCELLANEOUS



C-5.1. Vandalism. Acts of vandalism, witnessed or discovered by the Contractor, shall be reported immediately to the Site Lead Ranger.



C-5.2. Performance. The Contractor shall have an on-site supervisor who is experienced and responsible.



C-5.3. Physical Qualifications of Employees. The Contractor shall be responsible for ensuring that the Contractor’s, and subcontractor’s employees utilized in performing the work of this contract be qualified for performing the duties to which each is assigned. Some factors to be considered by the Contractor in making work assignments are strength, endurance, agility, coordination, health, and visual and hearing acuity.



C-5.4. Employee Appearance. The contractor shall furnish his/her employees with uniforms consisting of long or short sleeved shirts with collars, long pants, and steel-toed shoes and all personal protective equipment required under EM385-1-1. All uniforms shall be of the same color and style. Uniforms will be maintained in a serviceable condition without rips, holes, missing buttons, etc. The contractor shall ensure that the uniform is regularly cleaned so that when worn it is clean, neat, and presentable. Workers not meeting the criteria specified above shall not be allowed to perform duties under this contract until such time as the uniform violations have been corrected.



C-5.5. Detailed Work Schedule. Detailed work schedules indicating the days and hours of performance of all the work specified herein shall be submitted for approval within 10 calendar days after receipt of a fully executed contract. No deviations from the approved work schedule will be approved or permitted without written direction from the Site Lead Ranger. Work schedules must be approved prior to commencing the work specified under this contract.



C-5.6. Safety Data Sheets (SDS)/Workers Right to Know Program. The contractor.

must maintain SDSs for every chemical used while performing services under this contract. All chemicals used or stored must be listed on a master inventory, contain its correlating SDS, and submitted to the Contracting Officer’s Representative. This list must be updated and resubmitted each time the inventory changes. All containers must be labeled with its contents. All containers must be stored individually in secondary containers to prevent spills and from mixing with other chemicals. No highly toxic or flammable chemicals or liquids are allowed to be used or stored on-site. Only products used for this contract are allowed on-site. Quantities of products are not allowed to exceed amounts needed for 1-week supplies.



C-5.7. Sustainability Guidance. This section pertains to USACE policies on the procurement and use of sustainable supplies/materials.



C-5.7.1. U.S. Army Corps of Engineers Sustainable Acquisition Policy. In accordance with the U.S. Army Corps of Engineers Acquisition Instruction (UAI), USACE shall advance sustainable acquisition and the Army Green Procurement Guide by ensuring that all applicable new contract actions include relevant, federally mandated, sustainability requirements. This includes the use of recovered material products; energy and water efficient products; alternative fuels and fuel efficiency, bio-based products; non-ozone depleting substances; priority chemicals; and environmentally preferable products. These products are described on the Office of Federal Sustainability website (https://www.sustainability.gov/resources.html).



C-5.7.2. Bio-based Products. The United States Department of Agriculture (USDA) designates certain bio-based products for federal procurement and specifies minimum bio-based content levels for those products. Any designated product that is being offered or supplied under this contract shall meet USDA BioPreferred’s minimum bio-based content level. Visit https://sftool.gov/ for the complete list of designated products and the associated minimum bio-based content level requirements.



C-5.7.3. Unavailability of Products. If cleaning products that meet these criteria are not available, or it is determined that a product does not meet contract performance requirements, only then can the cleaning Contractor use other type products. In such cases the Contractor shall continue to use to the extent possible the safest and most environmentally friendly products.



C-5.7.4. List of Products Used. The Contractor shall provide a list of environmental products and equipment used to the Contracting officer or his/her designee prior to commencement of work and when changes to that list are made.



C-5.8. Safety and Security Requirements. The contractor shall comply with all requirements of the Occupational Safety and Health Act (OSHA) and the standards of the Corps of Engineers Manual EM 385-1-1, Safety and Health Requirements Manual. To view go to: https://www.publications.usace.army.mil/Portals/76/EM%20385-1-1%20_EFFECTIVE%2015March2024.pdf

If the Contractor fails or refuses to promptly comply with all safety and security requirements as specified herein, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost, due to any such stop, shall be made subject to claim for extension of time or for excess costs or damages to the Contractor. Also, the Contractor will not be paid for work not performed as a result of the stop order.



C-5.9. Keys. The Contractor will be furnished a set of keys to those buildings and areas where access is necessary to perform the work described herein or as determined to be necessary by the Contracting Officer. The Contractor or the Contractor’s employees are not authorized to make duplicate keys. The Site Lead Ranger will furnish any additional keys required by the Contractor. The security of the keys shall be the responsibility of the Contractor. Lost keys will be reported to the Site Lead Ranger immediately and the cost associated with replacing lost keys will be the responsibility of the Contractor.



C-5.10. Government Supplied Items. The government will furnish or make available to the contractor an 8’x12’ shed to store equipment and supplies associated with this contract and will supply required utilities and materials identified in the specifications of work. The government will supply shower curtains for the Contractor to replace as needed. . Restroom supplies required for the office area restroom only (including paper towels, hand soap, and toilet paper) shall be provided by the government.



C-5.11. Protection of Government Property. During work execution, the Contractor shall take special care to protect Government property including furniture, walls, baseboards, and other surfaces. Accidental splashes shall be removed immediately. Damage resulting from Contractor operations shall be repaired by the Contractor, including painting, refinishing, or replacement (if necessary), at no additional cost to the Government.



C-5.12. Daily Work Checklists. A work checklist will be completed daily and given to the Site Lead Ranger for review and documentation. The checklist will include, at a minimum, all information contained in the sample checklist in section C-5.13.



For additional detailed information see attached solicitation.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA
Primary Point of Contact
Secondary Point of Contact
History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.