The RFP Database
New business relationships start here

FT. MIFFLIN JANITORIAL


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

561720CENAP-CT-S 6 May 2016
FedBizOps
Action Code: Combined Synopsis/Solicitation
Class Code: S
Subject: Fort Mifflin Project Office (FMPO) Janitorial Services
Solicitation No.: W912BU-16-T-0044
Set-Aside Code: 100% Woman Owned Small Business Set-Aside
Response Date: Monday, 23 May 2016 1:00 PM
Place of Performance: FMPO, Philadelphia, PA
Contracting Office: U.S. Army Corps of Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390
Description of Work:
1.0 INTENT OF POSTING
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6 and Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will be included as part of this synopsis notice. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation.
The Solicitation Number for this acquisition is W912BU-16-T-0044 and a separate attachment (SF1449) is issued as
a Request for Proposals (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87, dated 6.April 2016.
This requirement is being solicited as 100% Women Owned Small Business Set-Aside under NAICS 561720 (Janitorial Services), size standard is $18 Million.
The U.S. Army Corps of Engineers, Philadelphia Engineering District, intends to issue a Firm, Fixed Price (FFP) contract for Janitorial Services. The offer for services will include A Base Period and four (4) Option Periods. Award will be made to the lowest priced offer that meets or exceeds the required experience as specified in this requirement.
Service Contract Act Wage Determination No. WD 05-2449 (Rev.-17) is applicable to this procurement.
FAR Provisions and Clauses applicable to this acquisition are provided on an attached SF1449 and are incorporated in their entirety. Each offer is required to fill out and sign the SF1449 and return a signed copy along with their proposal by the closing date and time listed.
2.0 SUMMARY OF WORK
The US Army Corps of Engineers, Philadelphia District will place a Base Year and four (4) Option Years,
Fixed Price (FFP) Contract for Oracle Janitorial Services. The attached PWS/SOW describes this effort. The
award of Option Years resulting from this contract is subject to the availability of funds.
A summary of work to be performed is as follows:
The Contractor shall provide all management, supervision, inspections, personnel, equipment, tools,
transportation and other items necessary to perform janitorial services as described in the schedule of janitorial
services for the U. S. Army Corps of Engineers leased space. Janitorial service shall be provided by the
contractor, in areas of Building #1 at the Fort Mifflin Project Office as detailed in the Scope of Work.
The period of performance will be:
Base Year 01 June 2016 through 31 May 2017
Option Year One (1) 01 June 2017 through 31 May 2018
Option Year Two (2) 01 June 2018 through 31 May 2019
Option Year Three (3) 01 June 2019 through 31 May 2020
Option Year Four (4) 01 June 2020 through 31 May 2021
Site Visit: A site visit can be arranged by contacting:
Mr. David C. Evinger at:
(267) 284-6513 ro
David.C.Evinger@usace.army.mil
3.0 EVALUATION FACTORS
A. FACTORS TO BE EVALUATED
1. COST/PRICE
2. EXPERIENCE (WORK EXPERIENCE AND QUALIFICATIONS)
B. EVALUATION APPROACH
1. COST/PRICE EVALUATION APPROACH:
The Government will evaluate price by adding the total of all prices, including all options. Pricing shall
be in accordance with the CLIN structure detailed in Section B "Supplies or Services and Pricing" of
the RFP. Further breakdown of each line item may be requested during evaluations to determine price
reasonableness.
2. EXPERIENCE EVALUATION APPROACH
Contractor must have experience in general janitorial practices and proven ability to work,
unsupervised, during evening hours, to provide exceptional results. Contractor must describe a
minimum of 2 jobs that they have performed within the past 5 years performing janitorial services in
government or private industry sites, describe the difficulty of the jobs, and what they did to be
successful in completing the jobs.
If no Experience information is received from the offeror, the offeror will not be considered for
this award and will be deemed as non-responsive.
C. DEFINITIONS
Experience - The experience rating will be expressed as an adjectival assessment of acceptable or unacceptable.
1. Acceptable - Based on the offeror's provided experience narrative, the Government has a reasonable expectation that the offeror will successfully perform the requirement. If no information on the required experience is received from the offeror, they will receive an unacceptable rating. Due to the specialized nature of the work described in the SOW/PWS, it is necessary that the Offeror demonstrate satisfactory performance of qualification claimed. Low to Moderate Performance Risk.
2. Unacceptable - Based on the offeror's experience narrative, the Government has no reasonable expectation that the offeror will be able to successfully perform the requirement. Vendor has not met the qualification levels described herein on similar jobs, on-site government personnel have had multiple negative experiences with the vendor's personnel, and customers the vendor provided as evidence of similar/like work were unsatisfied with overall vendor performance on similar jobs. - High Performance Risk.
(b) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The two evaluation factors that will be used in determining the most beneficial proposal to the government are: Cost/Price and Experience. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the experience factor. Price will be the most significant factor in consideration of award. Tradeoffs are not permitted. Proposals are evaluated for acceptability but are not ranked using the non-cost/price factors.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
4.0 SUBMISSION INSTRUCTIONS
1. Proposals, consisting of Cost/Price information and a Technical Proposal, shall be submitted.
2. PROPOSAL SUBMISSION
Proposals shall be submitted in two (2) separate sections.
Section I- Cost/Price Proposal
The contractor shall provide pricing in section B of the SF1449 RFP as part of the signed and returned document.
Section II- Experience
For Experience/Qualification Evaluations, offerors shall demonstrate a clear understanding of all processes involved in solving the problems and meeting the requirements presented in the PWS/SOW.
This is a FFP type Contact; price must be submitted in accordance with the line items in the RFP.
Experience/Qualifications will be determined by how the Offeror demonstrates satisfactory performance describe a minimum of 2 jobs that they have performed within the past 5 years performing janitorial services in
government or private industry sites, describe how difficult the jobs were that they did, and what they did to be successful in completing the jobs
**Failure to provide this information will result in your proposal being deemed "Non-Responsive"**
Section III-CLINS and Quote Development:
1. CLINS 0001 through CLIN 0005 are annual prices divided into 12, monthly, equal payments.
2. Option CLINS 0002 through 0005 are subject to changes in the local Wage Determination and may be adjusted in accordance with FAR 52.222-41 (Service Contract Labor Standards).
All responses describing experience shall be written in a narrative format that shall not exceed 10 pages. The narrative shall be typed and written in Times New Roman 10-12 PT Font. All submissions shall be in English. The following format shall be utilized.
A. Contractor Identification Data, to include:
1. Contractor data (Name, Address, Zip Code)
2. Cage Code and Current SAM Registration for "All Awards"
3. DUNS
4. Small Business Status (WOSB)
5. POC - Primary contact name, telephone number and e-mail address. This person should be the decision maker and capable of contractually obligating the company.
6. Background or brief history of the company.
B. The dissertation of the contractor's understanding ofExperience/Qualifications performance of janitorial Services. The description will be thorough in the actions that the contractor will take to manage the project and reduce the risk of failure. Discussions ofpotential failures and subsequent recovery from the failure will determine the contractor's understanding of all of the risks involved and methods of mitigation.
A Request for Quote (RFQ) number W912BU-16-T-0044(the solicitation) is a separate attachment with a closing date of Monday, May 23, 2016 1:00 PM. Hard copies will not be available and telephonic, written or fax requests will not be accepted. The official media for distribution of this RFQ is Federal Business Opportunities (FBO). Contractors may download the Combined Synopsis/Solicitation (including any drawings) and any amendments via the FBO web site at www.fbo.gov. It is the Offerors responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFQ and any amendments. One (1) copy of the Offeror's proposalSection 1 and 2, may be submitted electronically to Robert.w.hutcheon@usace.army.mil . If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with the proposal at time proposals are due.
All contractors are required to be registered in the System for Award Management (SAM) before award as required by DFARS 204.7300 and registered for "All Awards". Information on getting registered may be obtained by accessing the SAM website at www.sam.gov. Additional instructions will be included in the solicitation. Also, firms who receive a Federal contract in excess of $30,000.00 are required by legislation to submit an annual VETS Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: www.va.gov.
Linda M Dobbs
Contracting Officer
Supply & Services Branch
SCOPE OF WORK/PERFORMANCE WORK SPECIFICATION
Janitorial Services for the Fort Mifflin Project Office
INTENT: The intent of the Government is to have a Contractor furnish all the necessary services/labor for janitorial support for the Fort Mifflin Project Office, Building #1 located at 6400 Hog Island Road, Philadelphia, Pa 19153, in accordance with the below Scope of Work.
CONTRACT PERIOD: The contract shall be awarded for a base year, with four (4) option years. Each base and option year will be a Firm Fixed Price.
SCOPE:
The Contractor shall provide all management, supervision, inspections, personnel, equipment, tools, transportation and other items necessary to perform janitorial services as described in the schedule of janitorial services for the U. S. Army Corps of Engineers leased space. Janitorial service shall be provided by the contractor, in the following areas of Building #1 at the Fort Mifflin Project Office. The following list will be numbered on floor plan of Bldg. 1 located on page #7.
1. Main office
2. Main conference room
3. Break room
4. Project Engineer's office
5. Survey office
6. Lunch room
7. Locker room / rear bathroom
8. Hallway between conference room and rear entrance
9. Main Entrance annotated with red dot.
1. QUALITY CONTROL: The Contractor shall establish a complete Quality Control Program (QCP) for the performance requirements of this contract and shall provide a written copy of same to the Fort Mifflin Project Office Supervisor no later than 30 calendar days after contract award. The Contractor will maintain the QCP throughout the contract performance; at any time upon verbal or written request, shall provide a copy to the Fort Mifflin Office Supervisor for review. The QCP shall include, as a minimum, the following:
1.1An inspection system covering all work tasks stated in the contract. The inspection system shall include a Janitorial Service Checklist (enclosed) for cleaning personnel to fill out each time a space is cleaned and posted in an inconspicuous place where it will be accessible to supervisor on site (such as on the back of the janitorial closet door). It shall specify areas to be cleaned and inspected on a 'per cleaning' basis and satisfaction of compliance by supervisor on site.
1.2The Contractor shall maintain adequate records of all inspections made on cleaning personnel to indicate, at a minimum, the nature (when, where, what) and number of inspections they made; the name of the inspector; the number, location, type of deficiencies found, and the corrective action taken for deficiencies.
1.3A method of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. The Contractor shall use process control procedures and quality data analysis techniques.
1.4Corrective action procedures for deficiencies and measures to prevent recurrence. The corrective actions will address the deficiency and an action to prevent future deficiencies. Additional inspection(s) are not considered a corrective action. The QCP shall be evaluated for adequacy and changed or updated by the Contractor as a part of all corrective actions by the Contractor.
2. PERFORMANCE EVALUATION MEETINGS: The Contractor shall meet with the MSR as often as determined necessary by the Fort Mifflin Project Office Supervisor or its designated representative. A mutual effort will be made to resolve any and all problems identified.
3. CERTIFICATION OF SERVICES: Once a month (the first working day) the Contractor shall post in building 1, by the Fort Mifflin Project Office Supervisor or appointed designee, an inspection form. The form shall show the building number and building area, all services performed during the month (daily, weekly, monthly, or quarterly) and space for the Contractor to initial to indicate that service was performed that day. Additionally, space shall be provided for the Contractor's supervisor to make periodic general comments concerning services performed and the Contractor's supervisor to sign acceptance of the job performed that month. Sample Janitorial Services Checklist enclosed. These forms shall be retained by the Contractor and a copy provided to the Fort Mifflin Project Office Supervisor. The forms shall be received by the Fort Mifflin Project Office within 5 working days from the end of the month for which services are being provided.
4. PERFORMANCE CRITERIA: Acceptable and unacceptable contract performance will be determined between the Fort Mifflin Supervisor on site and the Contractor doing the cleaning on site. When the Contractor's performance is considered to be unsatisfactory, a report shall be made to the USACE. POC. The USACE POC will require the Contractor to explain, in writing, the cause of the discrepancy, and corrective action to obtain an acceptable level(s), and corrective action to preclude a recurring incidence of the problem. The Contractor may not be paid for that portion of performance determined to be unsatisfactory by the USACE POC. All Contracted employees shall be able to physically complete the cleaning tasks as described in this PWS.
5. DEFINITIONS: As used throughout this document, the following terms shall have the meaning set forth below. Additional definitions are in FAR 52.202-1, DEFINITIONS, in Section I or common sense considerations and industry standards.
5.1 Where "as shown", "as indicated", "as detailed", or words of similar import are used, it shall be understood that reference is made to this specification and the drawings, if any, accompanying this specification unless stated otherwise.
5.2 Where "as directed," "as required," "as permitted," "approval," "acceptance," or words of similar import are used, it shall be understood that direction, requirement, permission, approval, or acceptance of the Real Estate POC is intended unless stated otherwise.
5.3 Contractor. The term "Contractor", as used herein, refers to both the prime Contractor and any subcontractors or personnel. The prime Contractor shall ensure that his/her subcontractors comply with the provisions of this contract.
5.4 Real Estate POC. The term Real Estate POC refers to a designated USACE employee appointed to manage real estate matters to include contracts involving this PWS.
5.5 Military Service Representative (MSR). The MSR is any person, military or government civilian, who is assigned to a leased-property. The MSR represents the military service of the office being serviced and monitors the work being performed.
5.6 Contracting Officer Representative (COR). The COR is an appointed USACE employee who represents the Contracting Officer. The COR evaluates the work performed by the Contractor IAW the QAP.
5.7 Clean. "Clean" shall be defined as free of dirt, dust, spots, streaks, stains, smudges, litter, debris and other residue.
5.8 Disinfect. Cleaning to destroy any harmful microorganisms by application of an approved environmental-friendly chemical agent to destroy microorganisms.
5.9 Facility. An establishment, structure, or assembly of units of equipment designated for a specific function.
5.10 Frequency of Service.
5.10.1 Annual (A). Services performed once during each 12-month period of the contract, specifically during the month of April.
5.10.2 Semi-Annual (SA). Services performed twice during each 12-month period of the contract, specifically during the months of March and September.
5.10.3 Quarterly (Q). Services performed four times during each 12-month period of the contract, specifically during the months of March, June, September and December.
5.10.4 Monthly {M). Services performed 12 times during each 12-month period of the contract, specifically during the first week of the month.
5.10.5 Three times Weekly (3X -Week). Services performed three times per week, specifically the days of Tuesday, Thursday, and Sunday.
5.11 Quality Assurance (QA). A method used by the Government to provide some measure of control over the quality of purchased services received.
5.12 Quality Assurance Evaluator (QAE). The Government employee designated to evaluate the quality of services produced.
5.13 Regular Working Hours for Cleaning. The Government's regular (standard) working hours for cleaning are from 4:00 p.m. to 12:00 p.m. Tuesday, Thursday and Sunday, a total of (3) three days a week, except (a) Federal Holidays and (b) other days specifically designated by the Real Estate POC. No keys to Government leased facilities are to be provided to Contractors under any circumstances.
5.14 Space. Space is an area to receive janitorial services, which may or may not be considered a room by common definition. Examples of spaces are definable sections of halls, restrooms, work areas, common areas, test room areas, storage areas, lobbies, offices, and entranceways.
5.15 Waste Containers. Waste containers are defined as trash receptacles, waste baskets, trash cans, wastepaper baskets, or any container holding trash, paper or refuse of any type. Waste Container located in the rear of Bldg. 1.
6. GOVERNMENT FURNISHED PROPERTY AND SERVICES:
Government Furnished Facilities. The Government will not provide office space and operational facilities to the Contractor. The Government will provide a storage locker and closet for storing material and supplies. The contractor will maintain storage area in a neat and orderly fashion as required by the Contracting Officer's Representative.
6.1Government Furnished Equipment. The Government will not provide tools or equipment to the Contractor. The Government will supply the following expendable supplies;
1. Plastic Bags
2. Hand Soap
3. Toilet Paper
4. Paper Towels
5. Dumpster Container
6. Windex
7. Pledge
8. Disinfectant Sprays
6.2 Availability of Utilities. The Government will furnish the following utility services, if applicable, at existing outlets for use in those facilities leased by the Government and as may be required for the work to be performed under the contract: electricity, steam heat, natural gas, fresh water, sewage service, and refuse collection (from existing collection points). Information concerning the location of existing outlets may be obtained from the Real Estate POC on site. The Contractor shall provide and maintain, at his/her expense, the necessary service lines from existing Government outlets to the site of work.
7. CONTRACTOR FURNISHED ITEMS AND SERVICES: The Contractor shall provide all equipment, tools, materials, services, and transportation to perform the requirements of this contract. The contractor will use supply storage space as provided by government in bldg. one. All equipment shall be of commercial quality and shall be in operable condition and meet local requirements. This equipment must operate on the existing electrical current available in Government buildings. It shall be the responsibility of the Contractor to prevent the operation of electrical equipment, or combinations of equipment, which require power exceeding the capacity of the circuits available in Government buildings.
8. JANITORIAL SERVICES REQUIREMENTS: The Contractor shall provide basic janitorial services described herein. A description of the areas to receive janitorial services is included in each contract.
8.1 Basic Services. Basic services shall be performed at the locations and frequencies shown in the PWS and the Schedule of Services, and shall consist of the services listed for the specified spaces. Furniture or other equipment (including waste containers) moved while performing basic services shall be returned to their original position. Performance requirements for these services include the following:
8.2Space Cleaning. Space cleaning shall consist of the following services three times per week.
8.3 Floor Maintenance. Floor maintenance includes the techniques of sweeping, dust mopping, damp mopping, wet mopping, dry buffing and spray buffing as required to achieve the below-stated results. The Contractor shall provide floor maintenance for the entire floor surface, concrete/quarry tile, terrazzo, wood, and resilient flooring, including corners and abutments, so that after cleaning, they are free of visible dirt, litter, dust and debris. The Contractor shall move chairs, trash r.1eceptacles and easily moved items to provide floor maintenance underneath and return them to their original position.
8.4Vacuuming. The Contractor shall vacuum all floor areas, carpeting, and rugs, so that after vacuuming, they are free of all visible dirt, litter, dust and soil. The Contractor shall remove all spots as soon as noticed. Carpeted areas and rugs shall be vacuumed using a commercial grade vacuum cleaner. Upholstered furniture shall be free of dust, dirt, lint, other stains and discoloration and shall be kept free of all visible lint, litter, soil and embedded grit. All entry mats must be free of dirt or debris.
8.5Trash Removal. All trash receptacles including all administrative, office, restroom, and those receptacles used for feminine hygiene waste shall be emptied and returned to their initial location with government provided 100% recycled liners. Any obviously soiled or torn trash receptacle liners in such receptacles shall be replaced. Boxes, cans, and paper placed near a trash receptacle that is marked "TRASH" shall be removed. All debris or liquids remaining in a trash receptacle due to a leaky trash bag shall be removed before liner replacement. Trash shall be disposed of in a secured bag. Any trash bags that are full and sitting next to the trash containers shall also be removed by the Contractor. The Contractor shall pick up any trash that may fall onto the facility or grounds during the removal of such trash collection. All refuse collected shall be disposed of in the nearest trash dumpster in the rear outside of the building. Unless otherwise indicated, trash shall be emptied from all wastebaskets.
8.6 Spot Cleaning Windows. The Contractor shall spot clean the entrance door (s) glass and all interior glass and Project Engineers office windows to remove fingerprints, smudges or other debris. Windows should look consistently clean (i.e. should not have a clean spot with the rest of the glass remaining dirty).
8.7 Restroom Services. Restroom services shall consist of the following three (3) times per week. The Contractor shall maintain each facility to the standards established in this contract. This may require Contractor services at more frequent intervals, such as supplying latrines to ensure adequate supplies are available.
8.8 Cleaning of Restrooms. All cleaning tasks shall be accomplished to meet the requirements of complete sanitation and disinfectant. The Contractor shall maintain each facility to the standards established in this contract. This may require Contractor services at more frequent intervals, such as re-supplying latrines to ensure adequate supplies are available and all surfaces spot-free and disinfected. (Floors may require waxing or sealing monthly between damp mopping)
8.9 Clean and Disinfect. Completely damp clean and disinfect all surfaces of mop sinks,wash bowls, toilet bowls and seats, urinals, lavatories, dispensers, plumbing fixtures, partitions, door,walls, mirrors, and other such surfaces,using environmentally-friendly germicidal detergent. Ensure that the showers and shower mats are appropriately damp cleaned and disinfected. Disinfect all surfaces, stalls, stall doors, entry doors (including handles, metal guards, etc.), and wall areas adjacent to wall mounted lavatories, urinals, and toilets. After cleaning, receptacles will be left free of deposits, dirt, smudges and streaks, soap film, dust, soils, graffiti, scum, and odors. All bright metal finishes such as faucets; pipes, fittings, and hardware shall be kept in a bright and clean condition.
8.10 Sweep and Mop Floor. After sweeping and mopping, the entire surface shall be free from litter, dust, and foreign debris, including grout. Grout on wall and floor tiles shall be free of dirt, scum, mildew, residue, etc. Floors shall have a uniform appearance without streaks, swirls, marks, detergent residue, or any evidence of soil, stain, film, or standing water. Easily moveable items shall be tilted or moved aside to sweep and damp mop underneath.
8.11 Servicing/Re-supplying Restrooms. Servicing restrooms shall include inspecting, replenishing and cleaning supply dispensers. Contractor shall ensure restrooms are stocked so that supplies {Strongly recommended to use 100% recycled paper hand towels, 100% recycled toilet tissue, and environmentally friendly soap (hand, liquid or foam)} and soap deodorants for the urinals and toilet bowls do not run out, and those dispensers are in working order. Each restroom shall be stocked during each cleaning, or more frequently if needed. No overstocking shall be allowed. Factory rejected paper products shall not be used.
8.12 Dusting. Damp dusting shall be performed every visit, and includes all horizontal surfaces, such as window sills, window blinds, handrails, wood strips, door frames, all windowsills, office furniture, tops of file cabinets, desktops, tables, chairs and air conditioner units. Surfaces shall be free of lint, dust, dirt, cobwebs, marks, finger prints, smudges, and other accumulated soils. Items on furniture tops are to be dusted and replaced; however, items on desktops such as papers are not to be disturbed. Any vinyl surfaces and fabric need to be cleaned with appropriate cleaning agent.
8.13 Cleaning Exterior Glass Surfaces. This service shall be performed every Thursday and includes the Project manager's office and front vestibule's doors, and windows inside and out shall be cleaned. All exterior glass surfaces, window frames, sills and sashes, from the ground line up. After cleaning, all glass surfaces shall be left free of streaks and stains, wiped dry and all adjacent surfaces wiped dry. Ref. Map # 4, Main Entrance #9
Janitorial Schedule
ITEM A: Every Visit
1. Damp wipe all windowsills, office furniture, tops of file cabinets, desktops, tables, chairs and air conditioner units. Ref. 8.12
2. Empty all trash containers, (plastic bags will be furnished by the government). Ref 8.5
3. Four (4) bathroom areas, all mirrors, porcelain fixtures, including water fountains. Ref 8.8
4. All entry mats will be clean and free of debris. Ref 8.10
5. All floors, Ref 8.10
6. Front and vestibule's door ledges and windows. Ref 8.13
7. All runners and rugs clean, Ref 8.4
8. Sweep back hallway. Ref 8.10
ITEM B: In addition to Item A, the following will be included every Thursday.
1. Project manager's office windows inside and out shall be cleaned. Ref Map #4, Main Entrance
2. All hanging pictures and displays will be cleaned with a damp cloth. Ref Map #1, 2, 4
3. Sweep and mop areas Ref Map # 1,2,3,7
4. All woodwork, metal trim, baseboard heaters will be cleaned with damp cloth. Ref. Map #1-7
5. All walls will be dust mopped. Ref Map # 1-7
6. All furniture, tables, file cabinets, etc, will be cleaned with a damp cloth. Scrub clean all fabric and vinyl coverings of office furniture with government provided cleaning agent. Ref Map #1-4
7. Clean hallway. Ref Map #8, Ref 8.10
ITEM C: In addition to Item A, the following will be included in the Second and Fourth Sundays of each Month.
1. Office floors and carpet runner will be cleaned and wet mopped thoroughly and then buffed. Ref. 8-10, 8-4

Robert W. Hutcheon, Phone 2156562291, Email robert.w.hutcheon@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP