The RFP Database
New business relationships start here

Service Contract for Window Washing for the North Texas Health Care System


Texas, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued.

Solicitation number 36C25720Q0001 is issued as a Request for Quotation (RFQ) and is related to previously posted Sources Sought Notice 36C25720Q0001.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular.

SET-ASIDE: This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids.

NAICS Code: 561720 (Janitorial Services) and Size Standard is $18M.
Introduction: The Government intends to award a firm fixed price base with four option year renewal contract based on this solicitation.
Description of Services: The contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide the window washing services for the North Texas Health Care System.

Place(s) of Performance:
Dallas VA Medical Center
4500 South Lancaster Road
Dallas, TX 75216-7167

Sam Rayburn Memorial Veterans Center
1201 East 9th Street
Bonham, TX 75418-4059

Type of Contract: A Firm Fixed Price
Period of Performance:
Base plus four (4) one-year option renewals.
Base Year: January 1, 2020 December 31, 2020
Option Year One: January 1, 2021 December 31, 2021
Option Year Two: January 1, 2022 December 31, 2022
Option Year Three: January 1, 2023 December 31, 2023
Option Year Four: January 1, 2024 December 31, 2024

The following clauses and provisions apply to this solicitation:

52.209-5, Certification Regarding Responsibility Matters

52.212-3, Offeror Representations and Certifications-Commercial Items

52.212-4, Contract Terms and Conditions-Commercial Items

52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items
52.217-8, Option to Extend Services

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.
(End of Clause)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.B Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.B Evaluation of options will not obligate the Government to exercise the option(s).

52.217-9, Option to Extend the Term of the Contract
52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right
52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements
52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3).
52.222-3, Convict Labor
52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-19, Availability of Funds for the Next Fiscal Year
52.228-5 Insurance-Work on a Government Installation (JAN 1997)

52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.237-3 Continuity of Services (JAN 1991)

52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005)
52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html)
852.203-70, Commercial Advertising (JAN 2008)
852.232-72, Electronic Submission of Payment Requests

852.237-70, Contractor Responsibilities

52.252-1, Solicitation Provisions Incorporated by Reference:

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es).

52.252-2, Clauses Incorporated by Reference:

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html
VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.
(1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)
852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE
(a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of clause)
852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)
SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE
(a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments.
(b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments.
(End of clause)
SITE VISIT: All qualified and interested parties are highly encouraged to attend a site visit scheduled on Wednesday, October 16, 2019 at 9:00am CST. All qualified and interested parties must respond by no later than Wednesday, October 9, 2019 at 10:00am CST with their interest in attending the site visit. The response must include full company name, size standard, status, DUNS number, attendees names, phone numbers, and email addresses. This information should be emailed to Victoria.Rone3@va.gov, upon receipt an email will be sent out outlining all the site visit specifics

RFQ QUESTION SUBMISSION: Questions must be received no later than Tuesday, November 12, 2019 at 10:00am CST. Email your questions directly to Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25720Q0001 (Questions - Window Washing Services NTX). There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted.

QUOTE SUBMISSION INSTRUCTIONS AND EVALUATIONS:
SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS):

The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.

The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract.
The offeror shall meet the limitation in subcontracting clause. The subcontract o vendor must be similarly situated in the same
The offeror shall outline how they will be in agreeance/compliance with the limitations on subcontracting requirements in 13 CFR B'125.6. Any quotes using subcontractors or teaming partners to perform any part of the work must show the subcontractor or teaming partner to be similarly situated as the prime. A similarly situated subcontractors or teaming partners is a company who has the same size standard and NAICS code as the prime offeror/vendor.
EVALUATION OF QUOTES:
Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. The Government intends to award one contract resulting from this solicitation. The Government will evaluate proposals across two (2) non-price factors and one (1) price factor for a total of three (3) evaluation factors as follows:
Technical Proposal
Past Performance
Price

Each factor will be rated as Satisfactory on Unsatisfactory . The priority to the Government of each factor is as follows: B Technical proposal is more important than past performance. Past performance is more important than price. The combined rating of the non-price factors is more important than price. Then price.
Quotes rated as Unsatisfactory in the Technical Proposal factor will be eliminated from further consideration. B Quotes with the highest rated combined non-price (Technical and Past Performance) factors will be evaluated against price. Pricing will be evaluated in relation to the discernible value of the combined non-price factors to determine best value. B
Quotes must be received no later than Monday, November 25, 2019 8:00am CST. Email your quote directly to Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25720Q0001 (Window Washing Services NTX). There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered.

QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS:
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

12.00
MO
________________
________________

Window Washing
Service Contract (Dallas and Bonham)
Period: Base
January 1, 2020 December 31, 2020

0002

12.00
MO
________________
__________________

Window Washing
Service Contract (Dallas and Bonham)
Contract Period: Option 1
January 1, 2021 December 31, 2021

0003

Window Washing
Service Contract (Dallas and Bonham)
12.00
MO
________________
________________

Contract Period: Option 2
January 1, 2022 December 31, 2022

0004

12.00
MO
________________
________________

Window Washing
Service Contract (Dallas and Bonham)
Contract Period: Option 3
January 1, 2023 December 31, 2023

0005

12.00
MO
________________
________________

Window Washing
Service Contract (Dallas and Bonham)
Contract Period: Option 4
January 1, 2024 December 31, 2024





GRAND TOTAL
__________________


PRICE/COST SCHEDULE (IAW FAR 52.217-8 EXTENSION OF SERVICES)
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
1000

6
MO
________________
________________

Window Washing
Service Contract (Dallas and Bonham)
IAW 52.217-8 Extension of Services
January 1, 2025 June 30, 2025





TOTAL
__________________


STATEMENT OF WORK
SCOPE: The contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide the window washing services by means of a firm-fixed price (FFP) contract for the North Texas Health Care System. The contractor shall ensure that all work is to be performed in accordance with the guidelines established by Federal, State, and local ordinances. Contractor shall be required to clean the exterior of the windows not the interior.
QUANTITIES
Location
Number of Buildings
Windows
Dallas VA Medical Center

11 each
Approximately 350
Sam Rayburn Memorial Veterans Center

5 each
Approximately 250

Approximate number of windows at each facility: Approximately 200
Quantity of buildings at Dallas and how many buildings at Bonham? Approximately 11 in Dallas and 5 in Bonham)

PLACE(S) OF PERFORMANCE:
Dallas VA Medical Center
4500 South Lancaster Road
Dallas, TX 75216-7167

Sam Rayburn Memorial Veterans Center
1201 East 9th Street
Bonham, TX 75418-4059

PERIOD OF PERFORMANCE:
Base Year: January 1, 2020 December 31, 2020
Option Year One: January 1, 2021 December 31, 2021
Option Year Two: January 1, 2022 December 31, 2022
Option Year Three: January 1, 2023 December 31, 2023
Option Year Four: January 1, 2024 December 31, 2024

HOURS OF OPERATION:

Normal business hours are 7:00 a.m. to 5:30 p.m., Monday through Friday, excluding Federal Holidays. However, alternate date and time may be negotiated by the Contracting Officer Representative (COR) on campus to ensure a mutual hour of operation if it does not disrupt facility operation.

HOLIDAYS: The following is a list of U.S. Government holidays. If the holiday falls on a
Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday.



HOLIDAY
DATE
New Year s Day
Jan 1
Martin Luther King s Birthday
3rd Monday in Jan
President s Day
3rd Monday in Feb
Memorial Day
Last Monday in May
Independence Day
July 4
Labor Day
1st Monday in Sep
Columbus Day
2nd Monday in Oct
Veterans Day
Nov 11
Thanksgiving Day
4th Thursday in November
Christmas Day
December 25

REQUIREMENTS:
The contractor should provide window washing services on a bi-annual (6-month) basis.
Prior to start of work, all Contractor equipment shall be safety checked to conform to all applicable State Codes and OSHA regulations. The Government reserves the right to request the removal from the work site any supplies and/or equipment it deems does not meet the aforementioned codes or regulations. In addition, it may request the halt of any unsafe practices observed in carrying out the contracted service. This will in no way relieve the Contractor of complying with the wash schedule.
The Contractor shall provide Material Safety Data Sheets (MSDS) for all products used on site.
The contractor shall inspect all the buildings in both Dallas and Bonham VA Hospital to ensure that the building meet the structural requirements or need to enable safe climbing for window washing.
The contractor shall provide required material, equipment such as ladder and other accessories needed to perform the window cleaning to include the high-rising buildings.
The contractor shall that all windows are washed clean and free of streaks, smears, and visible soap residue. Accumulated dirt, paint specs, or other foreign debris must be scraped from windows. Frames shall be scrubbed to remove all dried dirt, insects, pigeon feces, debris, and other materials to be considered clean by the building representative. Windowsills shall be washed clean and all drippings wiped dry.
The contractor shall furnish all equipment and supplies needed to carry out the window washing services specified at no extra cost to the Government. All equipment and supplies used must be capable of performing all operations in accordance with the Statement of Work.

PERMITS AND LICENSES: The Contractor shall obtain any and all required permits, licenses, authorizations and insurance certificates to perform work under this contract and comply with all the applicable federal, state and local laws and regulations. The contractor shall provide evidence of such permits, certificates and licenses to the Contracting Officer Representative or their designee before work commences and at other times as requested by the Contracting Officer Representative or their designee.
PROTECTION OF PROPERTY: The Contractor shall be solely responsible, at all times, while at the work site for the complete protection of the Dallas and Bonham VA locations personnel, property, equipment and buildings, as well as their own personnel, property and equipment from injury and/or damage.
The Contractor shall provide any and all types of shielding, barricades, warning signs and any other protection necessary to protect the personnel, equipment and the area in which he is working, from injury, damage, and/or contamination during the full term of the Contract.
Protection shall be installed at the beginning of the work period and removed as soon as the work is completed unless permission is given by the Contracting Officer Representative or their designee to leave the protection in place for future work.
The Contractor shall be held completely and solely responsible for any and all damage, as determined by the Contracting Officer Representative caused by the Contractor s personnel, equipment, procedures or materials used by them in the performance of the work under this Contract.
The Contractor shall notify the Contracting Officer Representative or their designee immediately in the event of any damage to property caused by the Contractor s personnel, equipment, materials or processes, or damage discovered prior to the beginning of the work.
The Contractor shall promptly repair, or cause to have repaired, to the complete satisfaction of the Contracting Officer Representative or their designee any and all damage caused by the Contractor s personnel, equipment, including the procedures and/or the materials used by them in the performance of the work under this Contract.
ACCESS TO WORK AREAS: The Contractor shall make all arrangements through the Contracting Officer Representative or their designee to obtain access to buildings, facilities and other work areas.
MANAGEMENT: The Contractor shall manage the total work effort associated with the services required herein to meet the performance objectives and standards.
Such management includes but is not limited to planning, scheduling, cost accounting, report preparation, establishing and maintaining records, and quality control.
The Contractor shall provide staffing with the necessary management expertise to assure performance objectives and standards are met.
WORK CONTROL: The Contractor shall implement all necessary work control procedures to ensure timely accomplishment of work requirements, as well as to permit tracking and reporting of work in progress.

The Contractor shall plan and schedule work to assure material, labor, and equipment are available to complete work requirements within the specified time limits and in conformance with the quality standards established herein.
Verbal scheduling and status reports shall be provided when requested by the Contracting Officer Representative or their designee.
A written status report of any item of work must be provided within 24 hours of the inquiry during regular working hours.

QUALITY MANAGEMENT SYSTEM (QMS): The Contractor shall establish and maintain a complete QC program in accordance with the provisions specified herein. The Contractor s QC Program shall provide an effective and efficient means of identifying and correcting problems throughout the entire scope of operations. The Contractor s QC program shall address:
Accurate documentation of work processes, procedures, and output measures.
A systematic procedure for assessing compliance with performance objectives and standards.
Accurate documentation of quality inspections conducted throughout the execution of work.
Assessment-driven corrective actions and process adjustments as appropriate in a timely manner.
QC INSPECTION: The Contractor shall establish and maintain an inspection process to ensure that the work performed conforms to the contract requirements.
The Contractor shall maintain a file of all scheduled and performed QC inspections, inspection results, and dates and details of corrective and preventive actions.
The file shall be the property of the Owner and made available during the Owners regular working hours.
The file shall be turned over to the Contracting Officer Representative or their designee within five calendar days of completion or termination of the contract.
CONTRACTOR EMPLOYEE REQUIREMENTS: The Contractor shall provide experienced, qualified, and capable personnel to perform the work required by the contract.
Personnel shall be fully knowledgeable of all safety and environmental requirements associated with the work they perform.
Personnel shall speak, read, and comprehend the English language to the extent that they can read and understand printed regulations, detailed written orders, operating procedures, training instructions and materials.
They must be able to write legibly to fill out required forms and work orders.
The Contractor shall ensure that all Contractor personnel have received proper safety training, appropriate to their respective jobs.
The Contractor shall implement an ongoing training program that refreshes the safety skills, qualifications and awareness of the Contractor and Owners workforce safety on a regular, periodic basis.
CONTRACTOR EMPLOYEE APPEARANCE: The Contractor shall ensure that all employees present a professional appearance that is appropriate for their position.
The Contract Officer Representative or their designee reserves the right to determine the acceptability of any clothing worn.
All Contractor employees working under this contract shall wear company clothing with a distinctive company logo attached in a prominent place on an outer garment.
CONTRACTOR EMPLOYEE CONDUCT: Contractor employees shall conduct themselves in a proper, efficient, courteous and businesslike manner and in accordance with the North Texas Health Care Systems rules and regulations.
The use or consumption of alcoholic beverages or controlled substances is strictly forbidden.
Contractor shall not permit any person to operate a motor vehicle or heavy equipment while taking prescription or non-prescription medication that may impair their ability to operate said equipment/vehicles in a safe manner.
All North Texas Health Care System facilities are SMOKE FREE. No smoking or use of tobacco products is allowed on any property.
Contractor personnel shall be courteous to all, patients, visitors, and employees.
Unacceptable behavior on the part of the workers anywhere may lead to the identifiable Contractors personnel being removed from the work site.
Repeated incidences of unacceptable behavior on the part of the contractor may be grounds for termination of the contract.
Personal grooming, personal hygiene and language by Contractors must be conducted in a professional manner at all times. Use of foul and off-color language will not be tolerated and can result in Contractor removal from jobsite.
Shirts must have sleeves of at least 3 inches, measured from the armpit seam. All buttoned shirts must be buttoned to at least the third button from the top. T-shirt styles may be approved if they are part of a company uniform or contain no political or offensive language or images.
Pants that are excessively loose, worn excessively low, torn, ragged or with dragging cuffs will not be permitted. Shorts are not permitted.
No clothing, accessories, or hardhat stickers that display offensive, derogatory or inflammatory wording or graphics, as determined by the Owner, shall be worn on the worksite.
All clothing must be in good repair and free of any holes or damage. All clothing must be clean and sanitary at the start of each work shift.

Victoria Rone, Contracting Officer
Victoria.Rone3@va.gov

victoria.rone3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP