Skip to Banner Skip to Left Nav Skip to Content
Navigation Table Top Image
Task Table Left Side Images Clear Dot Image VBS Home
Clear Dot Image
VBS Search
Clear Dot Image Task Table Right Side Image
Task Table Bottom Image
Next Generation Vendor Information Portal (VIP)
 
The Next Generation Vendor Information Portal (VIP) is live! State of Florida solicitations are now advertised in Next Gen VIP at https://vendor.myfloridamarketplace.com. The Vendor Bid System now only serves as a historical record of advertisement information posted prior to March 28, 2022.
 
For training materials and more information on the Next Gen MyFloridaMarketPlace project, visit our webpage at https://dms.myflorida.com/nextgenmfmp.
 


Advertisement Detail

 
Department of Transportation
Request for Proposal
Comprehensive Janitorial Services For Turnpike Enterprise Headquarters Complex
Advertisement Number: DOT-RFP-19-8003-GB
Version Number: 001
Advertisement Begin Date/Time: 12/07/2018 - 02:30 P.M.
Advertisement End Date/Time: 01/22/2019 - 02:30 P.M.

Mod: 12-13-2018 03:49:42
Last Edit: Thursday, December 13, 2018 at 03:50:41 P.M.


 
Commodity:
76111500 General building and office cleaning and maintenance services

 
ADDENDUM NO. 1 - December 13, 2018

SCOPE OF SERVICES: This is an Indefinite Quantities Contract which retains the Vendor to provide comprehensive routine and non-routine, multi-functional janitorial and other specialized services such as, interior window and window frame cleaning, ceramic and porcelain tile and grout cleaning, carpet cleaning, pressure washing of sidewalks and brick pavers, and other building services as identified within the Exhibit “A,” Scope of Services.

1. General:

The Department will determine whether the Proposer is qualified to perform the services being contracted based upon their proposal demonstrating satisfactory experience and capability in the work area. The Proposer shall identify necessary experienced personnel and company facility to support the activities associated with this proposal.

2. Vendor’s Qualifications Certifications/Designations and Requirements:

The Proposer shall meet the following minimum qualifications:

The Vendor shall hire only experienced and trained personnel for this Contract, approved in advance and in writing, by the Department. The Vendor shall only request approval for persons who are free of criminal convictions such as theft, fraud, larceny and other related crimes in addition to all required certification(s) and qualifications. During the term of this Contract, the Vendor shall be and remain, properly licensed and insured in the State of Florida.

The Department reserves the right to reject any proposed employee that the Vendor submits for approval to work under this Contract.

The Vendor shall maintain and keep in force throughout the term of the Contract, renewals and extensions, all required licensing, insurance, certification(s), and trained and experienced workforce needed and as required within the terms and conditions of this Contract. Failure of the Vendor to strictly comply with these requirements will be sufficient grounds for the Department to declare the Vendor in default and subject to the terms of Section 6, Termination and Default, of the Standard Written Agreement.

A. Certification and Registration

The Vendor shall hold and keep in force during the term of the Contract, a valid and current certificate/license, in accordance with the laws of the State of Florida, authorizing the Vendor to perform the specified work, and have all required federal, state, and local licenses and permits. All sub-vendors shall be properly certified/licensed, meeting the requirements under the respective trade category for the work to be performed under this Contract.

B. Business Location

The Vendor shall have a current and valid Business Tax Receipt which states the name of the Vendor, street address of the business where all the work covered under the Contract will be handled, and the type of work that the Business Tax Receipt is issued for (which must be for the same type of services required in the Contract). The Vendor shall be required to provide the Department verification of a Business Tax Receipt in the county where the business is physically located. If awarded the Contract, the Vendor shall be required to provide the Department verification of a Business Tax Receipt in the city limits of Ocoee, Orange County and Orlando, Florida, where the services are being provided at the Pre-Work Conference.

C. Certification of Experience

The Vendor shall have been actively involved in providing commercial janitorial services for a minimum of four (4) years. The Vendor shall have provided services for the past two (2) consecutive years for a single commercial office facility, similar in size and type of services being requested within the Scope of Services. The Vendor shall provide a minimum of four (4) current references, each similar in building size and office type, and each of which the Vendor has performed janitorial services similar to those being requested by the Department. The Vendor shall provide contact names, phone numbers, addresses, and a brief description of the type of services being performed for each reference.

D. The Vendor shall have an OSHA Occupational Health and Safety Compliance Program

in place, and provide a copy of the same, to the Department prior to Contract execution.

E. The Vendor shall have appropriate and relevant experience in providing the type of services being requested by the Department under this Contract. The Vendor shall hold and submit a current International Sanitary Supply Association (ISSA) certification, Cleaning Industry Management Standard Green Building (CIMS-GB) and ISSA Cleaning Management Institute (CMI) educational program certification or other certification as approved by the Department. If the Vendor does not have the aforementioned certificates upon Contract execution, the Vendor will be allowed to obtain the CIMS-GB certification or approved other certificate within the first one hundred eighty (180) days of the Contract start date. For additional information on CIMS-GB certification, visit https://www.issa.com/certification-standards/cleaning-industry-management-standard-cims. The Vendor’s failure to complete the ISSA CIMS-GB certification within one hundred eighty (180) days of the Contract start date shall constitute sufficient cause for termination of this Contract by the Department.

F. The Vendor shall submit, a sample of the proposed inspection forms that will be used as part of its quality assurance. Refer to Section 12.0 and Section 14.0 of Exhibit “A,” Scope of Services.

G. The Vendor shall provide all frontline cleaning professionals (Supervisors, Lead Personnel, Janitors, Day Matrons, Day Porters, and other specialized cleaning professionals) with verifiable and certified training. Training will be conducted by a certified trainer utilizing only established, applicable, and relevant janitorial procedures as they relate to each task being performed and as identified throughout the Scope of Services.

H. The Vendor shall use a program that has been verified under the ISSA Cleaning Management Institute (CMI) program or other equivalent training as approved by the Department as a source for delivering the required training and certifications. The ISSA CMI program is designed to increase professionalism and demonstrate a commitment to effective training. Specifically, the program is focused on training and certifying frontline cleaning professionals, verifying training programs and training facilities to a set industry standard and improving the skills of industry trainers through a comprehensive workshop.

For additional program information please visit or contact the following:

https://www.issa.com/certification-standards.html

A copy of all required licenses and/or certifications for this Contract shall be submitted with the Vendor’s proposal package.

3. Vendor’s Project/Contract Manager(s) Requirements and Work Experience:

In addition to the ISSA CIMS-GB and ISSA CMI requirements, each Janitorial Project/Contract Manager assigned to this Contract shall have relevant work experience in working in a large office facility performing similar type of work as being requested within the Scope of Services and shall:

A. Speak, read and write in clear and understandable English (for security reasons the Department must be able to clearly communicate with the Vendor’s Janitorial Contract/Project Manager(s) and all other employees assigned to this Contract).

B. Have worked as a Janitorial Contract/Project Manager for the past two (2) consecutive years in a commercial or government office facility of one hundred thousand (100,000) square feet or more performing similar type of work as within the Department’s Scope of Services.

C. Have the knowledge, skills, and abilities to resolve issues and effectively communicate between Department representatives and Vendor employees.

D. Have the ability to organize work, coordinate activities, and communicate schedules.

4. Vendor’s On-Site Janitorial Supervisor(s) Requirements and Work Experience:

In addition to the ISSA CIMS-GB and ISSA CMI requirements each On-Site Supervisor assigned to this Contract by the Vendor shall have relevant work experience in working in a large office facility performing similar type of work as being requested within the Scope of Services and shall:

A. Speak, read and write in a clear and understandable English (for security reasons the Department’s must be able to clearly communicate with all Janitorial Supervisor(s)/lead personnel and all other employees assigned to this Contract).

B. Have worked as a Janitorial Supervisor for the past two (2) consecutive years in a commercial or government office facility of one hundred thousand (100,000) square feet or more and performing similar type of work as within the Department’s Scope of Services.

C. Have performed supervisory duties as described within the Department’s Scope of Services for a minimum of the past two (2) consecutive years.

D. Have provided training on proper cleaning techniques, including the operation of equipment, working with cleaning chemicals, health and safety, and other operational procedures.

5. Vendor’s Janitor(s) Requirements and Work Experience:

In addition to the ISSA CIMS-GB and ISSA CMI requirements, each Janitor assigned to this Contract shall have relevant work experience in working in a large office facility performing similar type of work as being requested within the Scope of Services.

A. Day Matron(s) and Day Porter(s) shall have worked in the commercial janitorial industry for a minimum of one (1) year within the past two (2) years providing similar type services as being requested to perform within the Department’s Scope of Services.

B. The Vendor must provide the Department with an affidavit for each new hire prior to their beginning work at the Complex. The affidavit must attest, at a minimum, that the new hire has been properly vetted through e-verify, a Level II Criminal Background Check, drug screening and properly trained by a certified ISSA CMI instructor or other certified trainer as approved by the Department.

C. Speak, read (understand), and write in a clear and understandable English language (for security reasons the Department must be able to clearly communicate with all Janitors, Day Matron(s), Day Porter(s) and all other employees assigned to this Contract).

6. Vendor’s Semi-Skilled Worker(s) Minimum Qualifications:

A. Worked in the commercial maintenance industry for a minimum of one (1) year within the past two (2) years.

B. Performed similar type work as being requested herein, familiarized with proper usage of hand and power tools and equipment, speak, read and write in clear and understandable English.

7. The Vendor shall not sublet, assign or transfer any work under this Contract without prior written consent by the Department. After receiving written consent by the Department, the Vendor will be permitted to sublet a portion of the work but shall perform with its own organization work amounting to not less than ninety percent (90%) of the total Contract amount. All sub-vendors are required to be qualified, certified and/or licensed for the work they intend to perform under this Contract in accordance with the requirements herein, all federal, state and local regulations, and approved by the Department. Subletting of work shall not relieve the Vendor of its respective liabilities. The Department recognizes a sub-vendor only in the capacity of an employee or agent of the Vendor. The Vendor, sub-vendors, or any of their employees shall not perform any work that is beyond their technical capabilities or for which they are not licensed or certified. The Vendor shall submit, for approval, the sub-vendor’s qualifications, along with experience and references. The proposed sub-vendor and all assigned staff shall speak, read and write in clear and understandable English.

The Department will review carefully to determine if the Proposer is responsive, responsible, and qualified in the area of work contemplated by this Contract.

Qualifications of Key Personnel:

Those individuals who will be directly involved in the Contract must have demonstrated experience in the areas delineated in the Scope of Services. Individuals whose qualifications are presented will be committed to this Contract for its duration unless otherwise accepted by the Department's Project Manager. Where State of Florida registration or certification is deemed appropriate, a copy of the registration or certificate should be included in the proposal package.

All Bidders, Proposers, and Respondents must be registered in the State of Florida’s MyFloridaMarketPlace system. All prospective bidders, proposers, and respondents that are not registered, should go to https://vendor.myfloridamarketplace.com/ to complete on-line registration, or call (866) 352-3776 for assisted registration.

For services contracts, all out-of-State corporations, out-of-State limited liability companies, and out-of-State limited partnerships must be authorized to do business in the State of Florida.

For authorization, contact:

Florida Department of State

Tallahassee, Florida 32399

(850) 245-6051

For services contracts, all Bidders, Proposers, and Respondents must be properly licensed if the business being provided requires that individuals be licensed by the Florida Department of Business and Professional Regulation.

For licensing, contact:

Florida Department of Business and Professional Regulation

Tallahassee, Florida 32399-0797

(850) 487-1395

NOTE: In accordance with Section 287.057(23), Florida Statutes, respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the seventy-two (72) hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.

Public Meeting Notices and Meeting Agendas:

Notice of the public meetings scheduled for this solicitation is provided in the timeline of the attached solicitation, with agendas for the public meetings.

MFMP Transaction Fee:

All payment(s) to the Vendor resulting from this competitive solicitation WILL be subject to the MFMP Transaction Fee in accordance with the referenced Form PUR 1000 General Contract Condition #14. The Transaction Fees imposed shall be based upon the date of issuance of the payment.

Scrutinized Companies Lists:

Section 287.135, Florida Statutes, prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List of the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes.

Title VI of the Civil Rights Act of 1964:

COMPLIANCE WITH NONDISCRIMINATION STATUTES AND AUTHORITIES: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 - 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).

INSPECTOR GENERAL:

The Contractor/Consultant/Vendor agrees to comply with s.20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with s.20.055(5), Florida Statutes.

MANDATORY PRE-PROPOSAL CONFERENCE and MANDATORY SITE VISIT:

The Department will convene a MANDATORY PRE-PROPOSAL CONFERENCE for this Request for Proposal (RFP) on Tuesday, December 18, 2018 at 10:30 a.m. The meeting will be held at Florida’s Turnpike Enterprise, Turnpike Headquarters, MP 263, Building 5315, Room, 2167, Ocoee, Florida 34761, (407) 532-3999. A MANDATORY SITE VISIT will immediately follow the Mandatory Pre-Proposal Conference.

FAILURE OF A PROPOSER TO ATTEND THE MANDATORY PRE-PROPOSAL CONFERENCE WILL RESULT IN REJECTION OF THE PROPOSAL. Bring a copy of the full advertisement package to the meeting.

HOW TO APPLY: Prospective proposers may obtain a complete Request for Proposal (RFP), including specifications and general proposal conditions for the above-referenced project by copying the link below into your browser:

http://www.myflorida.com/apps/vbs/!vbs_www.search_r2.matching_ads

The Department reserves the right to reject any or all proposals.

NOTE: All of the Department’s ITB/RFP/ITN ADVERTISEMENTS appear on the Internet at website:

http://myflorida.com/apps/vbs/vbs_www.main_menu

Under "Vendor Bid System" Click on "Search Advertisements"

Click on the Drop menu for “Agency” and Select "Department of Transportation"

Scroll down and Click on "Advertisement Search"

Locate the “RFP” number

We encourage all vendors to regularly check this site.


 
Request for Proposal will be opened at the below address at 02:30 P.M., January 22, 2019.
 
Please direct all questions to:
Gail Brown
Phone: (407) 264-3995
FAX: (407) 264-3058
 
Florida's Turnpike, MP 263
Turkey Lk Svc Plza, Bldg 5315
Ocoee FL, 34761
 
Email: gail.brown@dot.state.fl.us
 
Any person with a disability requiring special accommodations at the pre-solicitation conference and/or bid/proposal opening shall contact purchasing at the phone number above at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1 (800) 955-8771 (TDD).
 
The Department reserves the right to reject any and all bids or accept minor irregularities in the best interest of the State of Florida.
 
Certified Business Enterprises are encouraged to participate in the solicitation process.
 

Downloadable Files for Advertisement
Version Description Type Required
Original Request for Proposal (Open/Save/View) Complete Document
001 ADDENDUM NO. 1 (Open/Save/View) Complete Document
002 Response to Technical Questions No. 1 (Open/Save/View) Complete Document
003 Response to Technical Questions No. 2 (Open/Save/View) Complete Document
004 Addendum No. 2 (Open/Save/View) Complete Document
indicates a required (not withdrawn) file
 


For questions on a specific bid advertisement, contact the agency advertisement owner. Advertisements include the contact information for the agency advertisement. The agency advertisement owner is the point of contact for vendors with specific questions.

      Copyright © State of Florida
Privacy Statement