SOURCES SOUGHT
F -- AVIARY MAINTENANCE CONTRACT 36C25220Q0619
- Notice Date
- 6/12/2020 6:32:38 AM
- Notice Type
- Sources Sought
- NAICS
- 112990
— All Other Animal Production
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25220Q0619
- Response Due
- 6/22/2020 2:00:00 PM
- Archive Date
- 07/22/2020
- Point of Contact
- joseph.kennedy3@va.gov, Contract Specialist, Phone: 414-844-4800 x43262
- E-Mail Address
-
Joseph.Kennedy3@va.gov
(Joseph.Kennedy3@va.gov)
- Awardee
- null
- Description
- The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 112990. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Contractor shall provide all labor, materials and supplies to maintain 3 aviaries at the Capt. James A. Lovell Federal Healthcare Center (Lovell FHCC): Two corner aviaries One lobby aviary Contractor will provide all labor, material, equipment/technical manuals, delivery and accessories necessary to provide and deliver all items defined herein. All items as stated on the award/purchase order are to be delivered F.O.B. Bi-WEEKLY MAINTENANCE PROGRAM: FULL QUARTERLY MAINTENANCE - every 13-15 weeks Examine and medicate birds; Maintain scheduled immunization of birds; Clip claws and beaks; Disinfect entire aviary; Remove and replace bedding; Replace leaves as necessary; Aviary interior: wash leaves, polish the interior, clean nests, branches, windows, Repack nesting material; replace light bulbs as scheduled Exchange or replace birds; BI_WEEKLY CARE - between full maintenances (every other week, i.e. weeks 1, 3, 5, 7, 9, 11, 13) Check the condition of the birds Nails and beaks will be visually checked trimmed if needed Remove independent chicks Skim bedding Dust top of aviary Clean plexiglass, dishes, water bottles, tips, water box Change food and water Check supplies, replenish when needed Repair structural damage to the aviary Restock supplies; one quarter supplies each visit; the exception: plexi cleaner which is delivered yearly; Standard supplies include: Seed, Bedding, Greens, Nests, Bulbs, Ballast, Timers, Shades, Alternate Nesting Material, Novus plexi cleaner, Water Bottles, Water Tips, Dishes (seed, bath, treat), Catch Net Evaluate the effectiveness of your aviary maintenance program; Provide ongoing education for residents, caretaker; Record and analyze trends in the aviary; remain proactive in maintaining the health of birds. Note: Installation and maintenance of Infinity Feeding and Watering System for each of the three (3) aviaries, with no-cost replacement as needed throughout the five (5) year duration of the contract. Note: Notwithstanding, the contractor shall perform no additional work without the prior written authorization of the contracting officer. Any work, which may be performed by the contractor without this approval, will be performed by the contractor at no additional cost to the Government. Deliverable/Installation Schedule: The contractor will provide safe and timely delivery and installation of all material as outlined. Delivery and installation are to occur no later than 60 calendar days after receipt of Notice of Award and/or purchase order. Installation Place/Policy/Period of Performance/Procedures: Work is to be completed at Capt. James A. Lovell FHCC, 3001 Green Bay Road, North Chicago, IL 60064. Work is to be performed during normal business hours or after hours if needed: Monday through Friday, 8am-4pm. Trades are to conduct themselves in a professional manner. Respect for patient care and privacy to be maintained at all times. Installation and delivery are to be coordinated with Sean Gartland, Supervisory Recreation Therapist, (224) 610-4201. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address if applicable, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort and documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM EST on Monday June 22, 2020. All responses under this Sources Sought Notice must be emailed to joseph.kennedy3@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/26f345238db84738ac6ab8395b7b298f/view)
- Place of Performance
- Address: Captain James A Lovell VAMC
- Record
- SN05689148-F 20200614/200612230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |