WY-MIRACLE MILE JANITORIAL CONTRACT

expired opportunity(Expired)
From: Federal Government(Federal)
140R6023Q0047

Basic Details

started - 09 May, 2023 (11 months ago)

Start Date

09 May, 2023 (11 months ago)
due - 30 May, 2023 (11 months ago)

Due Date

30 May, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
140R6023Q0047

Identifier

140R6023Q0047
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64518)BUREAU OF RECLAMATION (8445)UPPER COLORADO REGIONAL OFFICE (914)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This combined Synopsis / Solicitation is a Total Small Business Set-Aside using NAICS code 561720 Building Cleaning Services, Janitorial; This is a total small business set-aside with size standard of $22 million. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in subpart 12.Combined Synopsis / SOLICITATIONMiracle Mile Janitorial FY 23(a) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued; quotes are being requested and a written solicitation using the Standard Form 1449 will not be issued.(b) Offers will be considered for award on the following Price Schedule, but no offer will be considered for award on only a part of the Price Schedule.(1) Offerors shall complete Price Schedule.(2) Offerors shall review and complete the attached Excel
Spreadsheet and return with the quote.(c) Offers are subject to the terms and conditions of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 effective 3/16/2023.(d) CLIN ¿ Contract Line Item NumberPrice ScheduleCLIN Item Description Unit of Measure Quantity (Lump Sum) Total Price1) Lump sum Janitorial for the Miracle mile area. 7/1/2023-5/31/2024 AU 1 $Vendor Name UEI Point of ContactName Contact InformationPhysical address, phone, emailPERFORMANCE WORK STATEMENTProject Title: Janitorial and Campground Services, Miracle Mile Recreation Area and Needle Valve Day Use Area, Kortes Unit, Pick-Sloan Missouri Basin Program, Wyoming1. SECTION 1 - GENERAL1.1. BACKGROUNDThe Bureau of Reclamation anticipates award of a purchase order for janitorial and campground maintenance services at the Miracle Mile Camping and the Needle Valve Day Use Recreation Areas.The Miracle Mile Recreation Area, in Carbon County, is approximately 50 miles northeast of Rawlins, Wyoming and 65 miles southwest of Casper, Wyoming.The Needle Valve Day Use Area, within the Morgan Creek Drainage Area of the Seminoe Mountains, in Carbon County, is approximately 70 miles southwest of Casper, Wyoming.The work required under the purchase order is to clean and maintain 15 vault toilet buildings and provide campground maintenance for use by the public in order to have a neat outdoor appearance representing Reclamation to the public. Two dumpsters are available within the recreation area, but recreationists are encouraged to pack out their own trash. The contractor must recognize that the timely and accurate performance of these services is a requirement of the purchase order.1.2. SITE MAPIn the event there are minor differences as determined by the Contracting Officer (CO) between details and dimensions as shown on the map in Section 7 and those of existing features at the site, the details of the existing site shall govern.1. Miracle Mile Camping and Needle Valve Day Use Recreation Areas1.3. SCOPE OF WORKThe contractor shall furnish all labor, materials, transportation, cleaning supplies, equipment, and supervision to satisfactorily perform janitorial and campground services as specified. The contractor shall perform in accordance with the standards as defined in Section 5 of this Performance Work Statement (PWS).Throughout the life of this purchase order, the contractor is encouraged to continuously seek ways to perform janitorial services in the most economic and efficient manner.1.4. CONTRACTOR PERSONNEL1.4.1. CONTRACTOR'S ADMINSTRATION PERSONNEL. The contractor shall designate a representative in accordance with the clause at GP-3. The contractor's representative personnel shall have the authority to act for the contractor on all matters relating to daily operation of the resultant purchase order. The contractor's representative shall be able to read, write, speak, and understand the English language1.4.2. EMPLOYEES. The contractor shall furnish qualified, experienced, drug-free, and safety-oriented personnel to perform the services under this purchase order. Employees shall promptly correct unsafe working conditions or report them to Reclamation¿s Contract Officer¿s Representative (COR). Employees shall report all accidents or injuries, no matter how minor they may seem to the contractor.Additionally, this requirement is subject to the applicable Department of Labor Wage Rates under the Service Contract Act of 1965. If Reclamation exercises any option periods, the CO will furnish updated wage determinations issued by the Wage and Hour Division at the beginning of each renewal option period. The contractor shall be responsible for paying employees under this purchase order at least the required minimum monetary wages and fringe benefits.1.5. SAFETY AND HEALTH REQUIREMENTThe contractor shall comply with the safety and health requirements of Reclamation ClauseWBR 1452.223-81 incorporated in Section I. The contractor shall develop and submit a comprehensive safety plan to Reclamation for review within 10 calendar days after the award of purchase order. At a minimum, the contractor¿s safety plan shall address the following:¿ Statement of Contractor Safety and Health Responsibilities ¿ Acceptance that the contractor shall be responsible for the safety and health of their employees.¿ An R95 dust mask or equivalent shall be worn by employees when dry sweeping vault toilet floors. An R95 rated filter provides at least a 95% filter efficiency rating use for any solid or liquid airborne particulate hazards.¿ Plan of Compliance with Regulations, Standards, and Codes ¿ The contractor¿s commitment and methods to comply with Federal and State safety regulations, standards, and codes.¿ Plan of Compliance for use of Sub-Contractors ¿ The contractor¿s commitment and methods to ensure that if sub-contractors are used, they are performing the work safely.¿ Plan of Procedure for Safety Inspection of Equipment ¿ The contractor¿s method of inspecting applicable equipment to ensure that the equipment does not pose a hazard to employees.¿ Fire Prevention and Protection ¿ The contractor¿s commitment and methods to exercise fire prevention at all times. The contractor shall use and store all combustible material in a safe manner and carry a minimum of a 5 lb., 3-A, 10-BC Dry Chemical fire extinguisher in their vehicle while on site. The contractor shall report any fire hazards within the work area to Reclamation¿s COR, and if possible, correct them. In the event of a fire, within or near the work area, the contractor shall immediately call 911 to report the fire and then notify Reclamation¿s CO.1.6. SECURITY OR ACCESS REQUIREMENTWithin 10 days following award, the contractor shall submit a list of the names of all contractor and subcontractor employees that will be working under the purchase order.Additionally, the contractor shall submit a list of all contractor vehicles and equipment that the contractor will bring to the worksite. For each vehicle, the list shall include the year, make, model, color, license plate number, and state of issuance.Due to the sites being open to the public, Reclamation will not have onsite representation and therefore, Personal Identity Verification (PIV) is not applicable to this requirement.1.7. CONTRACTOR QUALITY CONTROL1.7.1. QUALITY CONTROL PLAN. The Contractor, not Reclamation, is responsible for the management and quality control actions necessary to meet the quality standards set forth by the purchase order. As such, the contractor shall establish and maintain a Quality Control Plan (QCP) to ensure they achieve the requirements of the purchase order.The contractor shall furnish one copy of their QCP to the CO within 10 days after award of the purchase order. The QCP shall be a specific plan for the services required under the purchase order. At a minimum, the contractor¿s QCP shall address the following items:¿ Methods - The methods for identifying and preventing deficiencies in the quality and timeliness of services performed before the level of performance becomes unacceptable.¿ Performance Inspections - An inspection system to cover all the services listed in the Performance Requirements Summary Table (PRST) on page 18. The inspection system must specify that the contractor will inspect the task activities on a scheduled or unscheduled basis, or how frequently the contractor will accomplish the inspections, and the title(s) of the individual(s) who will perform the inspections.¿ Records - Written or electronic database records of all inspections conducted by the contractor and any necessary corrective actions taken. The records shall be made available to the CO, within 10 days of request, during the term of the purchase order.1.7.2. GOVERNMENT REVIEW OF QCP. The contractor shall develop and submit the QCP for Reclamation review and acceptance. Reclamation¿s acceptance of the QCP does not relieve the contractor of their responsibility to perform services that conform to the purchase order requirements.If Reclamation finds the contractor's plan to be adequate, Reclamation will accept the plan. The contractor then uses their QCP to guide and document the implementation of the required management and quality control actions to achieve the specified results.If Reclamation finds the contractor's plan to be inadequate as submitted, Reclamation will identify the deficiencies to the contractor in writing. The contractor shall correct all identified deficiencies and submit a revised contractor QCP to the CO within 10 days.1.8. RECLAMATION¿S QUALITY ASSURANCEReclamation has developed a Quality Assurance Surveillance Plan (QASP) for the services required under this PWS, as required by Federal Acquisition Regulations (FAR) Subpart 37.6 Performance-Based Acquisition. The primary intent of this plan is to provide Reclamation¿s COR a basis for evaluating the quality of performance the contractor provides during the life of the purchase order. The QASP is not a part of the purchase order nor is it intended to duplicate the contractor¿s QCP. Reclamation has provided an informational copy of the QASP under Appendix A of this PWS. Reclamation is providing this copy to support the contractor¿s efforts in developing a QCP and is providing the contractor an opportunity to comment and propose innovative solutions for Reclamation¿s QASP. The QASP is to be a living document that Reclamation should revise or modify, as circumstances warrant.1.8.1. CONTRACT OFFICER¿S REPRESENTATIVE (COR). Prior to the commencement of onsite work, the CO will designate the COR, in writing, to act as Reclamation¿s authorized representative who assists in the technical administration of the purchase order. The CO will not authorize the COR to make any contractual commitments, or to authorize any contractual changes on Reclamation¿s behalf. If any doubt exists as to the extent of the authority of the COR, the contractor shall contact the CO before taking action on the matter.1.8.2. Reclamation¿s COR shall conduct unscheduled inspections of the work performed as part of this purchase order. Deficiencies with janitorial and campground maintenance shall be documented by Reclamation¿s COR and a written report shall be submitted to the CO within 10 days. The CO will provide the contractor with a copy of this report.1.9. PERIOD OF PERFORMANCEReclamation anticipates that the term of the purchase order shall take place from July 1, 2023through June 30, 2024, plus an optional 6-month extension. Reclamation will exercise 6-month optional extension at Reclamation¿s discretion in accordance with FAR 17.207.1.9.1. NORMAL HOURS. Janitorial services shall be performed between the hours of 8:00 a.m. and 5:00 p.m., Mountain Standard Time. Scheduled service trips are as specified in Section 5.2. If severe weather prevents service on a scheduled date, cleaning and maintenance shall be performed either on the day before, day after, or as soon as the weather permits safe travel to the area.1.9.2. SPECIAL EVENT(S)/EMERGENCIES. On occasion, the contractor may be required to provide additional or limited services as a result of an unforeseen circumstance or combination of circumstances. Section 5.7 describes the contractor¿s responsibilities for such services.1.9.3. LONG TERM INACCESSIBILITY. In cases where the recreation area is not accessible for more than one week, due to weather or fire or other acts of nature, the contractor shall notify the CO and COR that work performance cannot be accomplished. The CO and contractor will develop a plan to adjust the work schedule and potential adjustments to payments.1.10. DOCUMENTATION AND RECORDSAll documentation, records, and schedules as described in this PWS that are the responsibility of the contractor are the property of Reclamation. The contractor shall turn over such documentation to Reclamation upon completion or termination of the purchase order. All records are subject to the Freedom of Information and Privacy Acts. As such, Reclamation will handle any requests for release of any records accordingly.2. SECTION 2 - DEFINITIONS2.1 100% INSPECTION. A method of surveillance Reclamation may use in the administration of Reclamation¿s QASP. Under this level of monitoring, Reclamation will prepare documentation on all service outputs in a surveillance period (i.e. Reclamation will evaluate every task every time the contractor performs the task).2.2 AS DIRECTED, AS REQUIRED, AS PERMITTED, APPROVAL, ACCEPTANCE. Terms that indicate that direction, requirement, permission, approval, or acceptance by the CO are intended unless stated otherwise.2.3 CLEAN. The absence of bottles, cloudy film, cobwebs, coffee grounds, debris, dirt, dust, discarded materials, encrustation, grease, grime, gum, ink, litter, mold, odors, oil, pieces of paper, rust, scale, scum, smudges, spillage, spots, stains, watermarks, tape, tar, trash, residue, or any other extraneous matter on all surfaces or objects, as applicable, in order to present an overall appearance of cleanliness. Graffiti, damaged signs, and other damage beyond the scope of contractor¿s services shall be included in a monthly report to the CO within 10 days from the end of the month.2.4 CONTRACTING OFFICER (CO). A duly appointed person with the authority to enter into, administer, or terminate contracts, and to make findings and determinations on behalf of Reclamation. This is the only individual authorized to change the purchase order or any of the requirements stated herein.2.5 CONTRACT OFFICER¿S REPRESENTATIVE (COR). A Government person designated by the CO, with authority to act within the scope of the delegated authority including but not limited to, the surveillance and inspection of the contractor¿s performance.2.6 CONTRACTOR. The individual, partnership, company, or corporation responsible for the duties and responsibilities under the purchase order. The term also covers requirements for any subcontractor. The contractor is ultimately responsible for ensuring that all subcontractors comply with the terms and conditions of the purchase order.2.7 CONTRACT DISCREPANCY REPORT (CDR). A report initiated by Reclamation, which the Contractor is required to complete, whenever performance is unsatisfactory. The CDR requires the Contractor to explain in writing the reasons why performance was unsatisfactory, how performance will be returned to satisfactory levels, and the corrective action that will be taken to prevent recurrence.2.8 CUSTOMER FEEDBACK. A method of surveillance Reclamation may use in the administration of Reclamation¿s QASP. Under this level of monitoring, Reclamation reviews firsthand information from the actual users of the recreation areas. Reclamation will use feedback to supplement other forms of evaluation and assessment.2.9 DEFICIENCY. A shortcoming in the quality or state of services performed.2.10 DEFECTIVE SERVICE. A unit of service which contains one or more defects, or non-conformance with specified requirements.2.11 FREQUENCY OF SERVICE. Intervals for each of the described tasks are stated in Section 5. The contractor shall inspect and clean areas on each service trip to the area to maintain a clean and neat appearance of campgrounds and toilet facilities.¿ Weekly ¿ Services performed at least one time during each week of the purchase order.¿ Monthly ¿ Services performed monthly during a 12-month period as needed per the purchase order.2.12 INSPECTION. The critical examination of a facility, system, or procedure to discover and remedy discrepancies and inefficiencies.2.13 MAJOR DEFICIENCY. Any service feature which would cause the contractor to be determined unacceptable.2.14 PERFORMANCE REQUIREMENTS. Tasks to be performed by the contractor.2.15 PERFORMANCE REQUIREMENTS SUMMARY TABLE (PRST). An outline of the purchase order requirements that identifies the key service outputs that will be inspected or surveyed by Reclamation, related performance standards and method(s) of performance assessment and surveillance.2.16 PERFORMANCE STANDARD. The desired results, expressed by Reclamation, expected from performance of the purchase order services to satisfy the requirements.2.17 QUALITY ASSURANCE. Those actions taken by Reclamation to assure services meet the requirements established in the PWS.2.18 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized, written, living document outlining Reclamation¿s methodology for monitoring contractor performance.2.19 QUALITY CONTROL. Those actions taken by a contractor to ensure that contractor performance meets the requirements of the purchase order.2.20 QUALITY CONTROL PLAN (QCP). An organized, written document outlining the contractor¿s methodology for ensuring contractor performance.2.21 RANDOM SAMPLING. A method of surveillance Reclamation may use in the administration of Reclamation¿s QASP. Under this level of monitoring, Reclamation prepares documentation periodically to assess the contractor's ongoing performance.3. SECTION 3 - GOVERNMENT-FURNISHED REQUIREMENTS3.1. GENERALReclamation shall not furnish any facilities, equipment, or materials as part of this purchase order. There are no Reclamation furnished lights, power, or water at any of the campgrounds or vault toilet facilities. The contractor shall understand that in the performance of the purchase order, the contractor is an independent contractor, and not an agent or employee of the United States.3.2. SITE VISITReclamation strongly urges offerors to inspect the site where offerors shall be performing the required services, and to satisfy themselves regarding all general and local conditions that may affect the cost of performance. In no event shall failure to inspect the site constitute grounds for a claim after award.The subject area is publicly accessible, and no pre-bid meeting is scheduled. Bidders are highly encouraged to visit site areas prior to bid submission.3.3. RECLAMATION-FURNISHED PROPERTY AND MATERIALSNo property nor materials shall be furnished by Reclamation. The contractor will furnish, store, and be responsible for the proper care of necessary mowing equipment, cleaning supplies, trash bags for removal of litter/debris, toilet paper, and fly strips. Reclamation will not be responsible for the loss of or damage to the contractor's property.3.4. PERFORMANCE EVALUATION MEETINGSThe contractor¿s administration personnel may be required to meet with the COR, as determined necessary, to discuss the contractor¿s performance, to include actual or potential problems. All parties shall make a mutual good faith effort to resolve any issues. All parties to the discussion shall review and sign written minutes of the meeting. Should the contractor not concur with the minutes, the contractor shall state any areas of non-concurrence in writing to the CO within seven (7) business days of receipt of the minutes. Whenever the CO issues a Contract Discrepancy Report, the COR will hold a meeting if the contractor requests such a meeting.4. SECTION 4 ¿ CONTRACTOR-FURNISHED REQUIREMENTS4.1. GENERALThe contractor shall furnish all items including, but not limited to: equipment, materials, cleaning supplies, re-stocking supplies, and incidentals required to perform the tasks identified in this purchase order. All equipment used in the performance of the purchase order shall be of the type and durability used by professional janitorial firms and in good working condition. All equipment shall have adequate bumpers and guards to prevent marking or scratching of fixtures, furnishings, or building surfaces.All electrical equipment used by the contractor, or his/her employees, shall be supplied by the contractor and shall meet all applicable Federal and State safety regulations. As previously stated, there are no Reclamation furnished lights, power, or water at any of the campgrounds or vault toilet facilities.a. Property: The contractor shall be required to furnish all equipment necessary to load, contain and transport large amounts of water to areas where water is not available, and shall provide a sufficient amount of water to clean the 15 vault restroom facilities in accordance with this PWS and as inspected by the COR.b. Supplies: The contractor shall provide all necessary supplies and equipment to service, clean and sanitize the restroom facilities. This shall include, but is not limited to, such things as; providing trashbags to attach to the safety grab bar within each toilet, toilet paper, mops, brooms, ladders or dusting devices with extension poles long enough to reach and remove spider webs from ceiling up to 13 feet, beams, and solar light fixtures in restroom facilities.1) Cleaning Agents: The following are definitions and specifications for the major types of cleaning agents and supplies which shall include, but is not limited to, the materials necessary to comply with this contract. The contractor shall submit a list of all materials, and the corresponding Safety Data Sheets (SDS), for approval before use. Soap, soap compounds and biodegradable detergents shall be used. If the contractor uses a cleaning compound containing disinfectants or deodorant in lieu of applying these materials separately, the label shall state that the compound is biodegradable and contains disinfectants and/or deodorants. The manufacturer¿s instructions shall be followed in mixing the proper strength solution of application. Different cleaning agents or compounds shall not be mixed together unless permitted by the manufacturer¿s instruction and approved by the COR.2) Germicidal disinfectants: Only standard commercial germicidal disinfectants shall be used. The manufacturer¿s instructions shall be followed in mixing the proper strength solution for application. The disinfectants may be mixed with the cleaning solution if the manufacturer¿s instructions on the disinfectant¿s label do not prohibit it.3) Deodorizer: Deodorizer shall be a material packaged and marketed for use. The manufacturer¿s instructions shall be followed in mixing the proper strength solution for application. The deodorizer may be mixed with the cleaning solution if the manufacturer¿s instructions on the label do not prohibit it.4) Toilet tissue: Toilet paper shall meet or exceed Federal Specification UU-P-556 for paper, toilet tissue. This is a white, single-ply, unglazed, soft, clean, roll paper of the quality normally used at the federal office buildings and military installations.5) Quality: Any and all equipment not covered in other sections of this contract shall be of commercial quality, unless otherwise stated and in a condition to adequately and safely perform services for which intended.4.2. GENERAL WORK PLANThe contractor shall provide a written work plan along with their initial quote. At a minimum, the written work plan shall address the following:¿ The contractor shall comply with the schedule outlined in Section 5.2.¿ A description of methods and procedures the contractor will use to perform the tasks identified in this PWS.¿ A description of the equipment the contractor will use to perform the tasks identified in this PWS.¿ The contractor¿s commitment to use and list of bio-based products whenever possible.¿ Contractor¿s contact person, phone number, or other means of contact and ability to respond to the CO in a timely manner.¿ The contractor¿s procedures to meet employee health, safety, and environmental management practices.¿ Examples of checklists and forms to document when the contractor has completed the required work.4.3. BIO-BASED CLEANING SUPPLIESThe contractor shall comply with Section 9002 of the Farm Security and Rural Investment Act of 2002, Executive Order 13423, and FAR Subpart 23.4 Use of Recovered Materials and Biobased Products. Therefore, the contractor shall utilize products and material made from bio-based materials to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. The COR must approve all supplies and material used in the performance of the purchase order.The contractor shall submit a complete list of bio-based products that the contractor will use in carrying out the requirements of the PWS. This list shall include the name of the manufacturer, cost of each material, and the intended use of each of the materials. It is desirable that the contractor supply the greatest number of bio-based products listed that meet the health and environmental specifications. The following is an example list of products that the contractor may use in this purchase order for which bio-based products are available. The list is not all-inclusive:¿ Bathroom Cleaners¿ General Purpose Cleaners¿ Glass Cleaners¿ Graffiti and Grease Removers¿ Multi-Purpose CleanersAt the end of each period of performance, the contractor shall be required to submit, within 10 days, a complete list of bio-based products purchased to carry out the purchase order requirements. The contractor shall list the volume used and the total cost for each individual product. Reclamation will use this information for reporting purposes only.Contractors can find more information about the BioPreferred Program by visiting www.biopreferred.gov.4.4. PRICING INFORMATIONThe contractor shall not include any allowance for contingencies that cover increased costs for adjustments contained in FAR Clause 52.222-41, Service Contract Labor Standards.The contractor shall price the optional 6-month extension by assuming the minimum hourly wages and fringe benefits established by the Administrator, Wage and Hour Division, U.S. Department of Labor. Reclamation has incorporated the base period minimum wage rates and fringe benefits.If Reclamation exercises the optional 6 month extension, the CO will furnish updated wage determinations at the beginning of each renewal option period to the contractor. The contractor shall be responsible for paying employees under this purchase order at least the required minimum monetary wages and fringe benefits. Additionally, the contractor shall notify the CO of any claimed increase in the contract price, contract unit price, or fixed hourly labor rates within 30 days after receiving the new wage rate determination. Such notice shall contain a statement of the amount claimed and any relevant supporting data that reflects the contractor's actual increase or decrease in applicable wages and fringe benefits, including payroll records. Any adjustment will be limited to increases or decreases in wages and fringe benefits and the accompanying increases or decreases in social security and unemployment taxes and workers¿ compensation insurance but shall not include any amount for general and administrative costs, overhead, or profit.5. SECTION 5 - SPECIFIC TASKS / SERVICES REQUIRED5.1. GENERALThe specified frequency requirements are the minimum contracted intervals for each of the described tasks. The contractor shall inspect and clean areas as specified to maintain a clean and neat appearance of campgrounds and toilet facilities. Service trips to campgrounds and all 15 toilet buildings shall occur on the preferred dates as specified in 5.2.The contractor shall provide trained and qualified professional personnel to provide the services to include, but not limited to the tasks identified herein.The contractor must recognize that timely and thorough performance of these services is a requirement of the purchase order. On-time performance of this work is required. If any deviations are necessary the contractor must contact the CO or COR as soon as possible, but no later than the day of the scheduled service trip. Failure to notify Reclamation may result in payment deductions.5.2. SCHEDULED CLEANING DATES: SERVICE TRIPS.1) Peak Season. The service schedule will be Mondays and Thursdays for a minimum of 8 trips for each month, and maximum of 9 trips on alternate months during the peak recreation season of June, July, August, and September. A total of 34 service cleaning trips will be made during these months.2) Shoulder Season. The cleaning service schedule will be on Thursdays during the shoulder season, which is the months of October, and November and April/May of the subsequent year. A total of 4 to 5 service cleaning trips will be made each month during this period (see table below).3) Winter Season. The service schedule will be a minimum of 1 trip per month for the months of December, January, February, and March. A total of 4 cleaning service trip will be made during these months. Submittal of exact dates for the Winter cleaning schedule can vary but must be approved by the CO at least one month prior to the start of the season.4) Variations to this schedule must be approved in advance by the CO. Any unforeseen changes or variations from the approved schedule shall be reported to the COR or CO immediately by contacting the office Monday¿ Friday 8:00 to 4:30 at (307) 261-5615. Any proposed deviation shall be submitted in writing and approved by the CO in advance of actual schedule changes.July 1, 2023 to June 30, 2024 Contract Period: 57 service trips (BASE YEAR)Cleaning Schedule by Season Base YearSeason Trips/month Total per season No of months in seasonPeak (J,A,S¿23/J¿24) 8.75 35 4Shoulder (O,N¿23/A,M `24) 4.5 18 4Winter (D `23/J,F,M¿24) 1* 4 4*mutually agreed uponTotal 57 125.2.1. July 1, 2024 to Dec 31, 2024 Contract Period: 12 service trips (OPTIONAL 6-month extension)Cleaning Schedule for Optional 6-month contract extensionSeason Trips/month Total per period No of months in periodPeak (July,Aug,Sept¿24) 9 27 3Shoulder (Oct, Nov¿24) 4.5 9 2Winter (Dec¿24) 1* 1 1Total 37 65.3. PERFORMANCE CRITERIAThe COR will conduct periodic unannounced inspections of the contractor¿s work, and document acceptable and unacceptable purchase order performance. When the COR considers the contractor's performance to be unsatisfactory, the COR will report the inf

125 SOUTH STATE ST ROOM 8100  SALT LAKE CITY , UT 84138  USALocation

Place Of Performance : 125 SOUTH STATE ST ROOM 8100 SALT LAKE CITY , UT 84138 USA

Country : United StatesState : Utah

You may also like

WY-JANITORIAL MIRACLE MILE

Due: 31 Aug, 2024 (in 4 months)Agency: BUREAU OF RECLAMATION

WYAO-MIRACLE MILE JANITORIAL CONTRACT

Due: 31 Dec, 2029 (in about 5 years)Agency: BUREAU OF RECLAMATION

Classification

naicsCode 561720Janitorial Services
pscCode S201Custodial Janitorial Services