News

COOKING EXHAUST MAINTENANCE

Type of document: Contract Notice
Country: United States

COOKING EXHAUST MAINTENANCE

Notice ID: W911SD20R0003
Department/Ind. Agency: DEPARTMENT OF DEFENSE
Sub-tier: DEPT OF THE ARMY
Office: W6QM MICC-WEST POINT

General Information:
Contract Opportunity Type: Solicitation
Original Published Date: 2020-01-07 09:37:50.861-05
Original Date Offers Due: 2020-02-07T11:00:00-05:00
Original Inactive Policy: 15 days after response date
Original Inactive Date: 2020-02-22

Classification:
Product Service Code: H379
NAICS Code: 561720
Place of Performance: West Point NY 10996 USA

Description
PERFORMANCE WORK STATEMENT INSPECT & CLEAN COOKING EXHAUSTS POST WIDE The contractor shall provide all labor, equipment, materials, and supervision necessary to perform inspection and cleaning of cooking related exhaust systems, in accordance with NFPA 96 requirements, located at the United States Military Academy (USMA) West Point, NY during one (1) 12-month base period and four (4) 12-month option periods. The services shall be provided in accordance with the following Statement of Work: The contractor shall perform all services during normal work hours (8:00 A.M. to 4:00 P.M.) Monday through Friday, excluding Federal Holidays, except as noted below. The contractor shall coordinate inspection and cleaning schedule with the Contracting Officer Representative (COR) a minimum of 15 days prior to the anticipated start of services. The contractor shall submit a tentative itinerary of dates and times of the scheduled inspection and cleanings, listed by building number, so that conflicts and adjustments can be reconciled between the contractor and the COR. The contractor shall perform all services in a safe manner. The contractor shall ensure work area is left clean. The contractor shall perform services to include, but not limited to the following: Cover all stationary equipment, under and adjacent to exhaust systems being cleaned; Inspect and clean all ducts, louvers, fans, exhaust hoods, filters and building surfaces where system(s) vent to outside; Disassemble, inspect, clean and reassemble all components associated with cooking related exhaust systems; Remove coverings, clean and wipe equipment and wash floors to remove any grease or associated cleaning debris. The contractor shall submit a written report (with before and after pictures) documenting the services performed, the location where the services were performed, the condition of the system prior to the cleaning, and any discrepancies or problems noted during the inspection or cleaning. The report shall be submitted to the COR within a minimum of 10 days following the completion of any services performed. The contractor shall notify the COR immediately when safety or hazardous situations are confronted. The following is a list of the buildings containing cooking related exhaust systems to be serviced during the periods of performance of this contract, note building time restraints: BLDG. 140 Lee CDC BLDG. 500 Youth Center BLDG. 602 Grant Hall Snack Bar BLDG. 603 West Point Club BLDG. 622 Bowling Alley BLDG. 628 Buffalo Soldiers Pav BLDG. 635 First Class Club BLDG. 655 Eisenhower Hall Snack Bar BLDG. 700 Michie Stadium Concession BLDG. 714 Holleder Center BLDG. 718 Ski Lodge BLDG. 721 Fire Station No. 1 BLDG. 745 Cadet Mess Hall (after 7:00 PM) BLDG. 950 USMAPS BLDG. 1203 Fire Station No. 2 BLDG. 1204 Burger King & Taco Bell (after 7:00 PM) BLDG. 1207 Child Development Center BLDG. 1230 Golf Clubhouse BLDG. 1534 Barth Hall (Camp Buckner) BLDG. 1585 Okinawa Mess Hall (Camp Buckner) BLDG. 1701 Mess Hall (Camp Natural Bridge) The contractor shall inspect and clean all exhaust systems, located at USMA West Point once every six (6) months during the life of the contract. In an order to prevent any interference with daily operations, all of this major cleaning shall be completed during the periods of late December through early January (during Christmas Break) and mid-June. The contractor shall inspect and clean the following exhaust systems two (2) additional times during the year in mid-March and mid-September: BLDG. 602 Grant Hall Snack Bar BLDG. 603 West Point Club BLDG. 622 Bowling Alley BLDG. 635 First Class Club BLDG. 655 Eisenhower Hall Snack Club я┐╜BLDG. 745 Cadet Mess Hall (after 7:00 PM) BLDG. 1204 Burger King & Taco Bell (after 7:00 PM) The following exhaust systems are located at Camp Buckner and Camp Natural Bridge. The contractor shall inspect and clean each exhaust system at these locations only once per year, in its entirety to include all of the hoods, louvers, ducts and fans of the exhaust system. This cleaning shall be completed in mid-September: BLDG. 1701 Camp Natural Bridge я┐╜BLDG. 1585 Camp Buckner Mess тАУ clean. BLDG. 1534 Camp Buckner Barth Hall The contractor shall submit catalog cuts and/or descriptive literature on the cleaning agent(s) that is proposed to be used. This literature shall be submitted to the Contracting Officer Representative (COR) within 14 days prior to the anticipated start of services. The Contracting Officer will provide written approval within seven (7) days. The contractor shall provide an identification badge for each employee performing services under this contract. The identification badges shall contain the contractorтАЩs company name, the employeeтАЩs name, the contract number and project description. Each contractor employee shall conspicuously display on their person the identification badge, while performing work under this contract. Construction and maintenance projects are ongoing throughout the United States Military Academy (USMA) West Point, NY. Building may be temporarily or permanently removed from this contract for the convenience of the United States Government. The contractor shall submit an informational invoice to the COR or individuals identified in the contract. The informational invoice shall include the purchase order number, contract line item number (CLIN) (ex: 0001), and the services performed. The official invoice must be processed electronically through the Wide Area Workflow (WAWF) site per the instruction provided in the contract. CONTRACTOR MANPOWER REPORTING APPLICATION: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address The required information includes: Contracting Office, Contracting Officer, Contracting OfficerтАЩs Technical Representative (COTR) or also known as the Contracting OfficerтАЩs Representative (COR); Contract number, including task and delivery order number; Beginning and ending dates covered by reporting period; ContractorтАЩs name, address, phone number, e-mail address, identity of Contractor employee entering data; Estimated direct labor hours (including sub-Contractors); Estimated direct labor dollars paid this reporting period (including sub-Contractors); Total payments (including sub-Contractors); Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); Estimated data collection cost; Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); Presence of deployment or contingency contract language; and Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a ContractorтАЩs system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. ATOPSEC INSTRUCTIONS ANTITERRORISM AND OPERATIONAL SECURITY
REQUIREMENTS: In accordance with Anti-Terrorism (AT) and Operational Security (OPSEC) measures and requirements, contractor and subcontractor personnel performing work under this contract will be required to adhere to the following guidelines, requirements and training: Access, General Protection, and Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility, or area. Contractor and all associated subcontractor employees shall comply with applicable installation, facility, and area commander installation and/or facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility, or area. The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 15 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. Identification for Contractor Personnel The company will have a law enforcement background and NCIC check completed for all employees who will be entering Army-controlled installations or facilities (central area/Restricted area). Documentation of these checks will be made available to the COR upon request. The company will provide to the COR, ten days in advance of the event, names and Social Security numbers of all employees who will be entering Army-controlled installations or facilities. The company will ensure that its employees entering Army-controlled installations or facilities have obtained access badges and passes (if required) in accordance with facility regulations and that these badges and passes are obtained in advance so as not to delay the accomplishment of contracted services. The company will return all issued U.S. Government Common Access Cards, installation badges, and/or access passes to the COR when the contract is completed or when a contractor employee no longer requires access to the installation or facility. *** DOD Level I Antiterrorism (AT) Standards Clause (As of 1 July 14) Pursuant to Department of Defense Instruction Number 2000.16, тАЬDoD Antiterrorism (AT) Standards,тАЭ dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at follow the below instructions: Click тАУ DOD CAC or No DOD CAC Next click тАУ I am a U.S. mil, government civil servant, or contract employee Next click тАУ IтАЩve been directed to take required training on JKO Next click тАУ Courses I do not have a .MIL, .GOV, or .NDU.EDU address or I am a Multi-National Student Fill out the contact sheet and email to sponsor (COR) Sponsor (COR) will email to the JKO help desk The COR and contractor are responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting OfficerтАЩs Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. In the event that the automated system is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. Contracting Official Representative (COR) Will ensure that all contractors/subcontractors are processed for a background check or National Agency Check with Inquiry (NACI) as needed. The background check is the minimal investigation to be adjudicated for a USMA Identification Card (yellow badge) versus the NACI, which requires fingerprinting and submission of EQIP. NACIs are required for contractors/subcontractors that require a CAC and/or government computer accounts. Will ensure that the USMA Form 13-16, Personnel Background Check, dated Apr 06, is correctly completed and signed by the COR who is a properly cleared Federal Employee. Will ensure that the USMA Form 13-16, Personnel Background Check, dated Apr 06, is submitted within 10 days prior to personnel starting projects on West Point, depending on when contract is awarded and work is scheduled to start. Waivers are made for the 10 day suspense on a case by case basis, in emergency situations as needed only. Will ensure that all identified contractors requiring a CAC and/or government computer access, submit fingerprints and complete a NACI investigation submission via EQIP, prior to being issued a CAC and/or given access to the government computer network. Will ensure that all government issued identification and vehicle stickers are confiscated from contractors/subcontractors upon termination of employment or end of project. These items will be returned to MPD and DES. Will ensure that all contractors requiring access to the Installation have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer. For all contractors with security clearances, per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer. Force Protection Conditions (FPCONтАЩs) Clause During higher Force Protection Conditions (FPCONтАЩs) Contract personnel are required to comply with all Antiterrorism policies and procedures while on the installation. Contract personnel may be directed to enter the installation through certain access control points where they can best be identified and searched. Contractor personnel may be prohibited from certain portions of the installation during exercises and actual emergencies. Contractors will comply with parking restrictions and will not park in unauthorized parking areas or within 82 feet of an inhabited building when directed. Access control roster (personnel and vehicles) must be provided. Names / vehicles verified by the company and received background screening. Substitutes receive same vetting process prior to work. All contractor personnel and vehicles are subject to search while on the installation In the event of an identified restricted/exclusion area, the contractor personnel will not be authorized
without specific permission or an escort. Access may be denied during increased readiness or Force Protection Conditions (FPCONтАЩs). Alien Employment The contractor shall not employ any alien who does not have a valid US Immigration I-551 or I-94. The contractor shall provide valid social security numbers and citizenship status of all employees to the Government, upon request. E-Verify E-Verify is an Internet based system operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA) that allows participating employers to electronically verify the employment eligibility of their newly hired employees. E-Verify is currently free to employers and is available in all 50 states. E-Verify provides an automated link to federal databases to help employers determine employment eligibility of new hires and the validity of their Social Security numbers. E-Verify are the best means for determining employment eligibility of new hires and the validity of their Social Security numbers. Contractors shall use E-Verify on all employees that will be working on this installation, under this contract. This shall be done prior to the employee starting work on the installation. For E-Verify information: www.dhs.gov/E-Verify 1-888-464-4218 The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Additional information about trafficking in persons may be found at the website for the Department of StateтАЩs Office to Monitor and Combat Trafficking in PersonsтАЩ at Government contracts shall тАУ Prohibit contractors, contractor employees, subcontractors, and subcontractor employees from тАУ Engaging in severe forms of trafficking in persons during the period of performance of the contract; Procuring commercial sex acts during the period of performance of the contract; or Using forced labor in the performance of the contract; Require contractors and subcontractors to notify employees of the prohibited activities described in paragraph (a) of this section and the actions that may be taken against them for violations; and Impose suitable remedies, including termination, on contractors that fail to comply with the requirements of paragraphs (a) and (b) of this section. Contractor Vehicles тАУ Parking Policy dated 29 July 2013. The local general, visitor, and government designated parking areas SHALL NOT be used by the contractor. No general contractor or subcontractor employee parking is available near the immediate site. The contractor will need to identify and locate parking facilities for general and subcontractors off of West Point and provide a means for shuttling workers to the site. West Point shuttle services will not be used for transporting workers to the site. Contractors and construction vehicles can only park in pre-approved designated staging areas or as identified in their contract. Central Area Parking is reserved for Staff and Faculty and requires a special pass. In accordance with AR 190-5, persons who operate a motor vehicle on West Point shall be deemed to have given consent for the removal and temporary impoundment of the privately owned vehicle (POV) and construction equipment when it is: Parked illegally Interfering with operations Creating a safety hazard Left unattended in a restricted or controlled area Parked in a Central Parking Area (CPA) lot without the proper CPA Pass Parked in a reserved space authorized by the Installation Commander The COR overseeing the contract will review and coordinate all contractor pass requests.

Attachments/Links
Link:

Contact Information
Contracting Office Address: WEST POINT NY (10996-1514)

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy