SOURCES SOUGHT
S -- VA Medical Center, Hazard VA Clinic Cleaning Services 210 Black Gold Boulevard, Hazard, KY 41701
- Notice Date
- 3/19/2019
- Notice Type
- Synopsis
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24919Q0203
- Response Due
- 3/25/2019
- Archive Date
- 7/2/2019
- Point of Contact
- craig.ziegemeier@va.gov
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Background: The VA Medical Center, Hazard VA Clinic, 210 Black Gold Boulevard, Hazard, KY 41701, has a requirement for Janitorial Services for the Hazard VA Clinic. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 561720 and sized standard is $18 Million. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry https://www.vip.vetbiz.va.gov/. Project Description: 1. INTRODUCTION AND SCOPE OF WORK a. Contractor to furnish all labor, cleaning supplies and equipment to provide aseptic cleaning procedures at the VA Medical Center, Hazard VA Clinic, 210 Black Gold Boulevard, Hazard, KY 41701. b. The Hazard Clinic is a single-story space, located within a remodeled building, approximately 10,000 square feet in size, with ceramic and vinyl tile covering the entire floor area. There are 3 entrances (1 main enter / exit and 2 emergency exits). 2. REQUIREMENTS: The contractor shall provide all labor, materials, and supervision to perform all tasks of this contract, with the exception of those items listed in paragraph 6.c.2 below. Cleaning tasks will be performed as follows. a. ALL AREAS, PERFORMED DAILY, MONDAY THROUGH FRIDAY 1) Empty wastebaskets and replace with clean liners. Spot-clean and clean wastebaskets as necessary. Take all trash to outside dumpster provided on site. 2) Dust all furniture including exam tables, desks, work surfaces, counters, chairs and tables, etc. 3) Wipe down all telephones. 4) Dust all exposed horizontal surfaces, including filing cabinets, bookcases, shelves, window sills, ledges, door trim, etc. 5) Clean and sanitize drinking fountains. 6) Clean reception lobby glass including front door, pharmacy windows and any other partition or door glass. 7) Dust and damp-mop resilient and hard floors and/or vacuum carpeted floors in their entirety. 8) Spot-clean furniture. 9) Pick up trash/garbage around the building, including the smoking area, and sweep entrances and sidewalks. b. BATHROOMS, PERFORMED DAILY, MONDAY THROUGH FRIDAY 1) Clean, sanitize and polish all vitreous fixtures including toilet bowls, urinals, and hand basins. 2) Clean all glass and mirrors. 3) Empty all containers and dispensers and insert liners as required; spot clean and sanitize container. Take all trash to dumpster provided on site. 4) Spot-clean all walls, doors and partitions. 5) Refill all dispensers to normal limits. 6) Sweep, damp-mop and sanitize hard floor. c. ALL AREAS, PERFORMED WEEKLY (on day indicated) 1) Remove dust and cobwebs from ceiling areas and vents. (Monday) 2) Vacuum furniture. (Tuesday) 3) Spray buff open areas including kneeholes of desk in general offices and reception area. (Thursday) 4) Clean and sanitize all trash containers. (Friday) d. PERFORMED Every Two Weeks: Provide replacement of soiled entrance mats with clean mats. e. PERFORMED SEMI-ANNUALLY (in October and April) 1) Strip, clean refinish and machine polish all floors within the CBOC. (Exact date to be coordinated in advance with COR to arrange for movement of PCs, equipment, etc., PRIOR to starting work.) 2) Clean all walls, doors, windows, partitions and furniture. f. SUPERVISION BY CONTRACTOR: The contractor will ensure that employees are properly supervised during their work tour. The Contractor / Supervisor will perform quality assurance inspections of their employees at least monthly and provide copies of the report to the COR. g. PERSONNEL: The contractor will ensure that employees are properly trained in housekeeping procedures, including basic bacteriological concepts and the proper use of all chemicals, cleaners and supplies. h. BUILDING SECURITY: 1) The Government will provide the contractor with keys and alarm codes to allow access to the building and rooms required under this contact. The contractor is responsible for maintaining control of the keys and alarm codes and will immediately report the loss of any key or the compromise of the alarm code to the Contracting Officer s Representative (COR). 2) Contractor personnel shall not lend keys or open locked rooms or areas except for contractor personnel performing their assigned duties. 3) Contractor personnel shall turn off all lights in unoccupied areas before leaving the premises. If the contractor personnel open any windows, those windows will be closed before leaving the area. i. SAFETY AND FIRE PREVENTION: In the performance of this contract, the contractor shall take such safety precautions necessary to protect the lives and health of the building occupants and the contractor personnel. 3. DELIVERY: a. Period of performance will be from: This is a base plus 1-year contract. May 1, 2019 April 30, 2020 May 1, 2020 April 30, 2021 b. HOURS OF OPERATION: Normal Clinic business hours are 7:30 a.m. to 4:30 p.m., Monday through Friday, excluding Federal holidays. Cleaning operations will be performed at times OUTSIDE the normal business hours so as not to interrupt or interfere with patient care and the normal functioning of the facility. 4. PROGRESS AND COMPLIANCE: The Contractor / Supervisor will perform quality assurance inspections of their employees at least monthly and provide copies of the report to the COR. Inspection will check to ensure that all required work was performed and that it was performed appropriately. 5. NOTES AND OTHER INFORMATION a. DAMAGE AND EQUIPMENT LOSS: 1) All tasks accomplished by contractor personnel will be performed to preclude damage or disfigurement to government owned furnishings, fixtures, equipment, and building structures. The contractor will report any damage to these items caused by contractor personnel. The government is not held responsible for contractor s equipment or belongings that are lost, stolen or damaged. 2) Contractor will repair or replace any government owned furnishings, fixtures, equipment, and building structures at their expense when the COR determines damage was caused by the contractor. b. CONSERVATION OF UTILITIES: Contractor personnel will be instructed in utilities conservation practices. Normal practices include, but are not limited to: 1) Lights shall be on only in areas where work is being performed. 2) Mechanical equipment controls for heating, ventilation and air conditioning systems will not be adjusted by the contractor s personnel. 3) Water faucets or valves shall be turned off after use. 4) Government telephones, computers, fax machines, copiers, etc. shall not be used by contractor personnel for personal reasons. c. GOVERNMENT FURNISHED PROPERTY AND SERVICES 1) PREMISES AND UTILITIES: i. The Government shall furnish, without cost, designated space in the building and a reasonable amount of utilities for use by the contractor to perform work outlined in this contract. ii. The contractor shall maintain designated space to the same standards as areas occupied by the Government, make no alterations without permission of the COR and will vacate the space and restore to its original condition, at the expiration of the contract. 2) MATERIALS: i. The Government will furnish keys and alarm codes, as specified by the COR. ii. The Government will provide toilet paper, paper towels, and hand soap, as well as the dispensers for each of these items. d. CONTRACTOR FURNISHED PROPERTY AND SERVICES 1) MATERIALS: The contactor shall furnish all materials necessary to perform the tasks specified in the contract, except for items listed in paragraph 9.b. 2.) EQUIPMENT AND TOOLS: i. The contractor shall furnish all equipment and tools necessary to perform the work defined in this contract. All equipment must comply with all safety standards, including OSHA. ii. All containers of cleaning chemicals and similar products must be conspicuously marked (preferably with a factory label) to identify contents and all other labels must be removed. Flammable materials will not be used. iii. When not in use, equipment left on the premises will be stored only in designated areas. Sanitary products (toilet paper, paper towels, etc.) will not be transported in trash barrels, mop buckets, etc. e. SPECIFICATIONS: All contractors furnished materials, equipment and tools used shall be standard products of manufacturers regularly engaged in the production of such items. 1) Germicidal / Detergent: The germicidal / detergent shall be currently Environmental Protection Agency (EPA) registered as a bactericidal, fungicidal and viricidal at the recommendation dilution rate. 2) Floor Finish: The floor finish will consist of a product that is safe for all synthetic floors such as rubber, vinyl, and linoleum. It shall dry to a high glass shine, be slip resistant, resist scuffing and water penetration. The finish will be removable by detergent scrubbing. 3) Stripping Compound: This product shall by fully compatible with the selected floor finish and should not produce any harsh, harmful or noxious odors or fumes when used. Anticipated period of performance: 5/1/2019 through 4/30/2021 base plus one (1) one-year options. Capability statement /information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code; (3) Associated contract vehicles (i.e. GSA/FSS; SEWP); (4) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to craig.ziegemeier@va.gov with the subject line "Sources Sought Notice # 36C24919Q0203 by 2:00 p.m. on 3/25/2019. Any question should be emailed to craig.ziegemeier@va.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24919Q0203/listing.html)
- Place of Performance
- Address: VA Medical Center,;Hazard VA Clinic;210 Black Gold Boulevard,;Hazard, KY 41701
- Zip Code: 41701
- Country: USA
- Zip Code: 41701
- Record
- SN05253649-F 20190321/190319230024 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |