Maintenance Services for Sandy Lake Recreation Area

Agency:
State: Minnesota
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159030023142778
Posted Date: Mar 18, 2024
Due Date: Apr 1, 2024
Source: Members Only
Follow
Maintenance Services for Sandy Lake Recreation Area
Active
Contract Opportunity
Notice ID
W912ES24Q0055
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST ST PAUL
Looking for contract opportunity help?

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

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

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

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 18, 2024 10:53 am CDT
  • Original Date Offers Due: Apr 01, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    McGregor , MN 55760
    USA
Description

MAINTENANCE SERVICES SANDY LAKE RECREATION AREA



McGregor, Minnesota



DESCRIPTION/SPECS./WORK STATEMENT



MAINTENANCE SERVICES - SANDY LAKE RECREATION AREA





C-1. GENERAL



C-1.1 Scope of work. The work to be performed under this contract consists of performing various maintenance services within the Sandy Lake Dam and Recreation Area per the schedule and as detailed below.



C-1.2 Basic Contract Requirements. The Contractor shall furnish all labor, supplies, transportation, materials, and equipment required to perform maintenance services to maintain clean and sanitary conditions in the areas specified. Work will be required seven days a week (including holidays) from 1 May through 15 October. From 16 October to 30 April, only the Office Building Custodial Services shall be performed one day per week on Wednesday. Scheduled cleaning times must be coordinated with and approved by the Lead Ranger and building access is subject to section C-10.6 SAFETY AND SECURITY REQUIREMENTS.



C-1.3 Work consists of:








      1. Garbage Collection and Disposal

      2. Shower and Restroom Custodial Services

      3. Fish Cleaning House Custodial Services

      4. Museum Custodial Services

      5. Office Building Custodial Services

      6. Cabin Custodial Services







C-2. LOCATION/SITE INSPECTION. The location of the areas requiring maintenance services are shown on ATTACHMENT 1 – SITE MAP. Sandy Lake Recreation Area is located 13 miles north of McGregor, Minnesota on State Highway 65. Bidders are encouraged to visit the site before submitting a bid. Site visits should be coordinated in advance with Lead Park Ranger, Shawn Weissenfluh via email at shawn.e.weissenfluh@usace.army.mil or phone at 651-290-5851. The site address is as follows:



Sandy Lake Dam and Recreation Area



22205 531st Lane



McGregor, MN 55760





C-3. GARBAGE COLLECTION AND DISPOSAL. The performance requirements of this section shall be met daily unless otherwise specified.




  1. Garbage Cans/Waste Containers.

    1. Emptying. All waste containers shall be emptied. If plastic liners are missing, leaking, soiled, or if odors/insects exist, the plastic liner shall be replaced with a liner sized for the container. Trash that was placed next to a waste container shall also be removed and disposed of. Trash that falls on the floor and outside on the ground during the waste removal process shall be disposed of by the Contractor.

    2. Cleaning. When containers are soiled or when odors/insects exist, the containers shall be cleaned and disinfected with a biodegradable cleaning solution.

    3. Disposal. Garbage and trash collected by the Contractor shall be disposed of in dumpsters on Government property that are provided by the Corps of Engineers. The Government shall be responsible for the cost of disposal of the garbage in the dumpsters to an approved landfill.



  2. Fish and Game Waste.

    1. Disposal. Fish, game and related waste from the fish cleaning stations/shelters shall be disposed of by the Contractor in specified garbage dumpsters near the North entrance of the park on Government property.

    2. Waste Containers/Liners. The Government will provide a minimum of four 5-gallon waste containers per cleaning station. The waste containers shall be double lined with a heavy-duty liner to control odors and leakage when disposed of.



  3. Hazardous Waste.

    1. Discovery/Notification. Hazardous materials/waste discovered by the Contractor shall be immediately reported to the Lead Ranger.

    2. Disposal. Disposal costs shall be the responsibility of the Government. The contractor must utilize proper handling techniques and safety equipment when handling hazardous waste and be in compliance with Occupational Safety and Health Administration (OSHA) guidelines, standards, and regulations.





C-4. SHOWER AND RESTROOM CUSTODIAL SERVICES. This section includes all buildings that are referenced to by name as: comfort station, laundry room, vault toilet, and pit toilet. The contractor shall provide custodial services as described below. Basic services shall be met daily or as specified. Scheduled cleaning times must be coordinated with and approved by the Lead Ranger. Performance requirements for these services include the following:




  1. Space Cleaning. The following work requirements shall be performed when building services are scheduled.

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

    2. Emptying Waste Containers. All waste containers shall be serviced in accordance with the section C-3: Garbage Collection and Disposal. Waste containers may consist of small 3-gallon waste containers up to 32-gallon waste containers.

    3. Dusting/Washing. All equipment, horizontal ledges, sills, walls, doors, and partitions shall be wiped clean and disinfected (including glass in partitions and doors). Ceilings shall be kept free of dirt, spider webs, insect matter, stains, mold/mildew, and debris. Miscellaneous hardware and bright metal work shall be wiped clean and disinfected to a shine. Drinking fountains shall be cleaned and disinfected; all surfaces shall be free of stains, smudges, and scale.

    4. Cleaning Walk-off Mats. Each time floors are swept/dust mopped or vacuumed, walk-off mats in that area shall be cleaned and disinfected. Soil and moisture underneath mats shall be removed, and the floors cleaned as appropriate along with the rest of the floor. Mats shall be returned to their original locations afterward. The contractor shall notify the Lead Ranger when walk-off mats are no longer effective because they are worn out.

    5. Damp Mopping. Prior to damp mopping, floors shall be swept/dust mopped or vacuumed. Floors shall be damp mopped with an approved cleaning solution/disinfectant to remove dirt, streaks, smears, and stains and then dried.

    6. Cleaning Building Exteriors, Sidewalks, and Surrounding Area. Building exteriors shall be inspected daily and swept free of spider webs, insects, and bird matter as required. Sidewalks, benches and immediate compounds shall be cleaned of dirt, spills, leaves, grass and other debris as required. Defacement of the building shall be reported to the Lead Ranger immediately.



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

    1. Cleaning. Restroom fixtures, including mirrors, toilets, urinals, showers and sinks shall be washed inside and outside using a disinfectant, and shall be free of hard water, mildew and other stains and odors. An approved toilet bowl cleaner shall be used to remove stains from the urinals and toilets. Brushes, sponges, and cloths that have been used to clean any part of the restroom shall not be used to clean sinks, showers, or countertops. Mirrors shall be cleaned and polished. All metal fixtures and hardware shall be cleaned, disinfected and polished. The changing room mats shall be removed and scrubbed twice weekly to prevent the mats from molding. Shower/toilet stalls and dressing rooms shall be considered part of the restroom and cleaned accordingly.

    2. Servicing. Servicing restrooms shall include inspecting, cleaning, and replenishing supply dispensers. Restroom supplies include, but are not limited to, paper towels, toilet tissue, soap, hand sanitizer, waste liners, and deodorant cakes/urinal mats. The contractor shall stock restrooms with sufficient supplies to ensure they will last until the next scheduled service. On occasion, if dispensers become empty due to extremely high visitation before the next scheduled servicing, the Government will replenish the dispensers with supplies provided by the Contractor at no servicing cost to the Contractor.



  3. Laundry Appliance Services. The following requirements shall be performed each week.

    1. Washers and Dryers. Washers and dryers shall be wiped off inside and outside using a disinfectant and shall be kept free of stains, soap residue, dirt and odors and then dried. Lint traps shall be cleaned of lint and other debris. Other laundry equipment and dispensers shall be wiped clean and dried.

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

    3. Cleaning and Unplugging Drains. All drains including sinks, toilet, urinals and floor drains shall be cleaned and kept free flowing during each building service. Plugged drains shall be unplugged and cleaned up to and including the drain trap.

    4. Utility Rooms. Utility rooms shall be maintained in a neat and clean condition. The Contractor may utilize utility rooms to store cleaning equipment and materials. Chemicals must be kept in labeled containers suitable for its contents and chemicals shall be stored in secondary containers to contain spills or leaks. Flammable materials must be kept away from furnaces and water heaters and stored in a fireproof cabinet. The contractor shall provide Safety Data Sheets (SDS) in a single binder to be kept onsite within the comfort station utility room for all chemicals used or stored on Government property.





C-5. FISH CLEANING HOUSE CUSTODIAL SERVICES. This section includes the two buildings that are referenced to by name as fish cleaning house, fish cleaning station, or cleaning station. The Contractor shall perform daily inspections of the fish cleaning houses and provide custodial services when the performance requirements are not met. The required custodial services are described below.




  1. Fish Cleaning House. Cleaning stations are primarily used for cleaning fish, but may also be used for cleaning game birds, such as ducks, geese and grouse, during applicable hunting seasons. The following requirements shall be performed when building services are scheduled.

    1. Floors. Concrete flooring shall be swept to remove all dirt, dust, debris, fish scales, feathers, and other parts. The floor shall be thoroughly cleaned with water containing disinfectant and rinsed with clean water.

    2. Tables. Tables shall be free of fish scales, fish parts, blood, feathers and other debris. The table shall be thoroughly cleaned with water containing a disinfectant and then rinsed with clean water.

    3. Interior Walls. Fish scales, fish parts, cobwebs, insects, blood, feathers and all other debris shall be removed from ceilings, walls, screening, and other surfaces.

    4. Building Exterior. The building’s exterior shall be free of cobwebs, insects, bird matter, grass clippings, and other debris. Defacement of the building shall be reported to the Lead Ranger.

    5. Floor Drains. Drains shall be maintained free of trash and organic matter and be free flowing.

    6. Waste Containers. All waste containers shall be serviced as directed in Section C-3: Garbage Collection and Disposal.





C-6. VISITORS CENTER/MUSEUM CUSTODIAL SERVICES. One 19’ x 15.5’ visitor center building with educational display’s relating to Sandy Lake is located north of the dam. The performance requirements of this section shall be inspected and performed daily or as specified.




  1. Floors. Exterior concrete and interior decking and concrete floors shall be kept free of all dirt, litter and debris. Once per week the interior decking shall be thoroughly damp mopped using a cleaner approved for use on wood surfaces.

  2. Walls, Hand Railings and Display Cases. All walls, handrails and display case exteriors shall be kept free of spider webs, dirt and debris.

  3. Glass Surfaces. Doors, windows and display cases shall be kept free of all spider webs, debris, marks, smudges and prints.



C-7. OFFICE CUSTODIAL SERVICES. This section refers to the main office building consisting of a break room, one restroom, a meeting room, two ranger offices, one planner office and a reception area; as well as all windows and doors on the building. Basic services shall be met two days a week on Mondays and Thursdays. Scheduled cleaning times must be coordinated and approved by the Lead Ranger. Performance requirements include the following:




  1. Space Cleaning. The following work requirements shall be performed when building services are scheduled.

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

    2. Emptying Waste Containers. All waste containers shall be serviced in accordance with the section C-3: Garbage Collection and Disposal.

    3. Dusting/Cleaning. All equipment, horizontal ledges, sills, walls, doors, and partitions shall be wiped clean and disinfected. Miscellaneous hardware and bright metal work shall be wiped clean, disinfected, and polished.

    4. Cleaning Walk-off Mats. Each time floors are swept/dust mopped or vacuumed, walk-off mats in that area shall be cleaned. Soil and moisture underneath mats shall be removed, and the floors cleaned as appropriate. Mats shall be returned to their original locations.

    5. Damp Mopping. Prior to damp mopping, floors shall be swept/dust mopped or vacuumed. Floors shall be damp mopped with an approved cleaning solution/disinfectant to remove dirt, streaks, smears, and stains and then dried.



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

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

    2. Servicing. Servicing restrooms shall include inspecting, cleaning, and replenishing supply dispensers. Restroom supplies include, but are not limited to, paper towels, toilet tissue, soap, hand sanitizer, waste liners, and deodorant cakes/urinal mats. The contractor shall stock restrooms with sufficient supplies to ensure they will last until the next scheduled service. On occasion, if dispensers become empty due to extremely high visitation before the next scheduled servicing the government will replenish the dispensers with supplies provided by the contractor, at no servicing cost to the contractor.

    3. Utility Rooms. Utility rooms shall be maintained in a neat and clean condition. The Contractor may utilize utility rooms to store cleaning equipment and materials. Chemicals must be kept in labeled containers suitable for its contents and stored in secondary containers to contain spills or leaks. Flammable materials must be kept away from furnaces and water heaters and stored in a fireproof cabinet. Safety Data Sheets (SDS) will be kept onsite in a single binder within the main office utility room for all chemicals used or stored in this area.

    4. Office Building Windows and Doors. The office building windows shall be cleaned inside and out during the first week of each month May through October. Glass office doors shall be cleaned when office building services are scheduled (Monday and Thursday– May 1 through October 15 and on Wednesday October 16-April 30).

      1. Servicing. Office windows and doors shall be cleaned with an approved glass cleaner and be free of streaks, smears or fingerprints. Care shall be taken by the Contractor not to harm the window screens or hardware when removing the screen from the windows to clean.







C-8. CAMPER CABIN CUSTODIAL SERVICES. This section refers to the camper cabin in the north loop of the campground which consists of a one room cabin with 3 single bunk beds, 2 double bunk beds, and 2 windows. Basic services shall be met one day a week when no guests are renting the cabin. Scheduled cleaning times must be coordinated with and approved by the Lead Ranger. Performance requirements include the following:




  1. Space Cleaning. The following work requirements shall be performed when building services are scheduled.

    1. Sweeping/Dust Mopping. Exterior decks and interior flooring shall be swept, vacuumed or dust mopped to remove all dirt, dust, and debris.

    2. Emptying Waste Containers. All waste containers shall be serviced in accordance with the section C-3: Garbage Collection and Disposal.

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

    4. Bunks and Mattresses. Mattresses shall be cleaned of all loose dirt, stains and debris. Mattresses shall be removed from bunks and frames shall be vacuumed or otherwise cleaned to remove loose dirt, dust and debris. Once a week the mattresses shall be sprayed or otherwise sanitized for prevention of bed bugs and pests utilizing a non-toxic, low-odor treatment method.

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

    6. Damp Mopping. Prior to damp mopping, floors shall be swept/dust mopped or vacuumed. Floors shall be damp mopped with an approved cleaning solution/disinfectant to remove dirt, streaks, smears, and stains and then dried.





C-9 VANDALISM. Acts of vandalism, witnessed or discovered by the Contractor, shall be reported immediately to the Lead Ranger.



C-10 PERFORMANCE. The Contractor shall have an on-site supervisor who is experienced in area maintenance/janitorial work and responsible. This position will be a point of contact for handling contractor personnel issues and issues concerning contract performance.



C-11 PHYSICAL QUALIFICATIONS OF EMPLOYEES. The Contractor shall be responsible for ensuring that the Contractor’s and subcontractor’s employees utilized in performing the work of this contract are in full compliance of any local, state, and Federal laws at all times while performing the duties to which each is assigned.



C-12 APPEARANCE. Each worker must wear the following uniform-type clothing while performing duties under this contract: A coat shirt with collar, long or short sleeve and full-length trousers. Uniforms must be solid color tan, green or grey. Each worker must have their own clothing. Sharing uniform clothing with other workers will not be permitted under this contract. Uniforms will be maintained in a serviceable condition without rips, holes, missing buttons, etc. The contractor shall ensure that the uniform is regularly cleaned so that when worn it is clean, neat, and presentable. Workers not meeting the criteria specified above shall not be allowed to perform duties under this contract until uniform violations have been corrected.





C-13 DETAILED WORK SCHEDULE. Detailed work schedules indicating the days and time of performance of all the work specified herein shall be submitted for approval within 10 calendar days after receipt of a fully executed contract. No deviations from the approved work schedule will be approved or permitted without written direction from the Contracting Officer. Schedules must be approved prior to commencing the work specified in this contract.



C-14 SAFETY AND SECURITY REQUIREMENTS. The Contractor shall comply with all requirements of the Occupational Safety and Health Act (OSHA) in addition to the standards of the Corps of Engineers Manual EM 385-1-1, “Safety and Health Requirements Manual”. If the Contractor fails or refuses to promptly comply with all safety and security requirements as specified herein, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop shall be made subject to claim for extension of time or for excess costs or damages to the Contractor. Also, the Contractor will not be paid for work not performed because of the stop order.



All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each contractor employee and subcontractor employee to the contracting officer within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at.



All contractor employees, to include subcontractor employees, shall view the "See Something, Say Something" public awareness video at http://youtu.be/6jAV1dbGPB4 . This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the Contracting Officer NLT 5 calendar days after contract award.



All contractor and all associated sub‐contractor’s employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures. The Contractor shall provide all information required for background checks to meet installation access requirements, 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.



The Park Manager will verify identity and provide a photocopy of government issued ID (driver's license, passport, etc.) to MVP-SL to perform NCIC-III background check IAW AR 190-16 for unaccompanied access.





The Contractor must pre‐screen Candidates using the E-Verify Program



(http://www.dhs.gov/E‐Verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct information is entered into the E-Verify system. An initial list of verified/eligible Candidates must be provided to the Contracting Officer no later than 3 business days after the initial contract award.





C-15 KEYS. The Contractor will be furnished a set of keys to those buildings and areas where access is necessary to perform the work described herein or as determined to be necessary by the Contracting Officer. The Contractor or the Contractor’s employees are not authorized to make duplicate keys. The Lead Ranger will furnish any additional keys required by the Contractor. The security of the keys shall be the responsibility of the Contractor. Lost keys shall be reported to the Lead Ranger immediately.



C-16 INSPECTION AND DIRECTION. The work will be conducted under the general direction of the Contracting Officer and is subject to inspection by his appointed inspectors to ensure strict compliance with the terms of this contract. No inspector is authorized to change any provisions of the specifications without written authorization from the Contracting Officer, nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. Payment shall be made as specified in Section D upon acceptance of contract work by the Contracting Officer or his representative.






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 18, 2024 10:53 am CDTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >