Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
SOLICITATION NOTICE

S -- Janitorial Services Camden CBOC

Notice Date
6/11/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Erie VAMC;135 East 38th Street
 
ZIP Code
16504
 
Solicitation Number
36C24419Q0801
 
Response Due
6/20/2019
 
Archive Date
6/30/2019
 
Point of Contact
814-860-2863
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24419Q0759 Posted Date: June 11, 2019 Original Response Date: June 20, 2019 Current Response Date: June 20, 2019 Product or Service Code: S201 Set Aside: SDVOSB NAICS Code: 561720, Janitorial Services Contracting Office Address Department of Veterans Affairs Network Contracting Office 4 (NCO 4) 135 East 38th Street Erie, PA 16504 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation. This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm fixed price base and four option year contract and place orders as needed resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, Janitorial Services, with a small business size standard of $18 million. This solicitation is a 100% set-aside for Service Disabled Veterans Owned Small Business (SDVOSBs). Offerors must be verified in the Vendor Information Pages (VIP), https://www.vip.vetbiz.va.gov/, at the time of receipt of quotes and at the time of award. The Department of Veterans Affairs, Network Contracting Office 4, 135 East 38th Street, Erie, PA 16504 is soliciting quotations from SDVOSBs to provide complete Janitorial Services at the Camden CBOC. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. All interested companies shall provide quotation(s) for the following: Camden CBOC STATEMENT OF WORK FOR VETERANS ADMINISTRATION OUTPATIENT CLINIC JANITORIAL SERVICES Health Service is an area that requires constant upkeep to comply with both the military and the Joint Commission on Accreditation for Hospital Organization (JCAHO) PATIENT STATIONS AND TREATMENTS ROOMS a. Janitorial Services to be performed five (5) times a week: Remove waste, both regular and Regulated Medical Waste (RMW). RMW is placed into appropriate area for removal. Sweep wet mop all restrooms in the building. Replenish supplies including hand sanitizer in treatment rooms (government supplied products). Clean and sanitize all toilet and urinals. Clean all mirrors in the restrooms. Clean all drinking fountains. Sweep/Vacuum and wet mop all foyers leading into the building. Vacuum carpet. Spot Clean all windows in foyers Sweep, Mop, high dust Clean exam rooms sweep, mop, high dust, sinks (Total 9) b. Patient stations, treatment room All items in the patient care area are to be clean at the end of the day (chair, TV, light switch covers, etc.). Hand hygiene dispensers are refilled daily. Patient chairs are steam cleaned every 3 months Floors All tile floors are mopped daily Periodic renovation services may be required for areas damaged by spills and everyday use Exterior and interior window cleaning 2x per year Bathrooms 1. Bathrooms are cleaned daily and all paper products and soap dispensers are restocked. Page 11 of 11 2. Tiles and grout lines are cleaned as needed Other I. Walls and high dusting done weekly. Bloodborne Pathogen Cleaning 1. Immediate cleanup should be done by properly trained staff on site. Appropriate materials for cleanup provided by the VA. Break room and Kitchen and Office Area 1. Clean Daily c. Janitorial Services to be performed weekly: Spray Buffing/Burnishing on all main passageways in the building and buff with high-speed buffer (contractor will provide) Dust all furniture in the patient waiting areas. 3 Clean rubber mats in foyers d. Janitorial Services to be performed monthly: I. Scrub walls in the restrooms 2. Clean overhead light fixtures (as needed) Clean vent ducts throughout building Polish all metal hardware on doors, trim, door plates, push plates, kick plates and other fittings. e. Janitorial Services to be performed semi-annually: I. Wipe walls in passageway throughout building. Strip tile floors in treatment area and all main passageways in building with stripper (Government supplied) and scrape excess buildup from edges and corners. Apply two coats of floor finish (Government supplied product) to all main passageways in the building allowing enough time between coats for the floor finish to dry immediately. f. Items supplied by the VA Medical Center for the Clinic: Paper towels Toilet paper Soap Toilet seat covers Germicidal Detergent (TB Claim) Mop heads Window cleaner Floor Finish Wax Stripper Base board cleaner All Purpose cleaner Restroom cleaner Carpet Cleaner and stain removers Hand soap Trash liners (regular and infectious) Terms and Conditions: User Responsibility: The Department of Veterans Affairs will provide the contractor's authorized personnel access to the equipment and adequate working space during performance of any services specified in this agreement Environmental Management Service Contact Person: The VAMC contact person for this maintenance contract can be reached at (215) 823-4276 or (215) 823-5800 Ext. Primary: Ralph Johnson Alternate: Charles Carter The contractor's representative shall notify the primary contact, or alternate, either in person or by telephone (extension 4276 or 3709) whenever he/she arrives on station. The completed service reports with the information shall be provided upon completion of the work. Failure to contact VA representative or present proper documentation will result in delay of payment. Other Place of Performance: Camden Community Based Outpatient Clinic Stevens St Camden, NJ 08103 Hours of Operation: Cleaning will be performed on Monday through Friday between 4:30 PM and 12:00 AM except Federal Holidays. Government Responsibilities: The Contractor will furnish all equipment, materials and chemicals to perform the required tasks. The government will furnish electrical power at existing outlets for the contractor to operate such equipment as is necessary in the conduct of their work. Hot and cold water as necessary, limited the normal water supply provided in the building. The Contracting Officer for this contract will be: Donald Butler 814-860-2863 Donald.Butler3@va.gov The Government COR for the Requirements contract will be: COR: Ralph Johnson Phone: (215) 823-4276 Email: ralph.johnson3@va.gov Attachment 1: Statement of Work Attachment 2: Price Quote Contract Line Item Number (CLIN) Table Attachment 3: WD 15-4191 (Rev.-9) was first posted on www.wdol.gov on 04/30/2019 Attachment 4: Solicitation Clauses and Provisions Price Schedule: The contractor must provide a price quote for each CLIN delineated in Attachment 2 to be considered for award. See Attachment 2: Price Quote Contract Line Item Number (CLIN) Table Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate price, technical capabilities, and past performance. Specific quote requirements are detailed in attached FAR 52.212-1 Instructions to Offerors Commercial Items. Quotes must provide the information outlined in 52.212-1 to be considered responsive. Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the quote that best benefits the Government by fulfilling the requirement. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. Clauses and Provisions: The clauses and provisions for this solicitation are found in Attachment 4: Solicitation Clauses and Provisions. The Clauses and Provisions provide additional information regarding the requirements for quote submission and evaluation. See Attachment 4: Solicitation Clauses and Provisions The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.va.gov/oal/library/vaar/index.asp. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a firm fixed price base and four option year contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Orders will then be placed against this contract. All quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). All quotations shall be sent via email to Donald Butler, Contracting Officer, Donald.Butler3@va.gov. Submission shall be received not later than 11:00AM EST on June 20, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Government s timely receipt of their quote. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Donald Butler, Donald.Butler3@va.gov no later than 11:00 AM EST on June 17, 2019. Contractor shall comply with all applicable wage & hour laws and is responsible for the correct wage titles. The following Wage Determinations are applicable and are attached. They can also be obtained online at: https://www.wdol.gov/ WD 15-4191 (Rev.-9) was first posted on www.wdol.gov on 04/30/2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-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/PiVAMC646/PiVAMC646/36C24419Q0801/listing.html)
 
Place of Performance
Zip Code: 08103
 
Record
SN05337655-F 20190613/190611230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.