Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2022 SAM #7368
SOURCES SOUGHT

S -- 644 | Canteen Hood Cleaning Phoenix VA Health Care System

Notice Date
1/31/2022 11:24:09 AM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26222Q0361
 
Response Due
2/10/2022 11:00:00 AM
 
Archive Date
04/11/2022
 
Point of Contact
Bill Cook, Contract Specialist, Phone: 602-795-4245
 
E-Mail Address
william.cook2@va.gov
(william.cook2@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract.  Requests for a solicitation will not receive a response.  Responses to this Sources Sought must be in writing.  The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below.  Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.  The North American Classification System (NAICS) code for this acquisition is NAICS: 561720 Janitorial Services ($18.0M) PSC: S201 Housekeeping Custodial Janitorial Responses to this notice shall include the following: (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned Small Business, Veteran-owned small business, and (i) Must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below. The Veterans Health Administration (VHA) has a requirement at the Phoenix VA Medical Center, located at 650 E. Indian School Rd., Phoenix, AZ 85012, for Canteen Hood Cleaning Services at the Phoenix VA Health Care System (PVAHCS). The Contractor shall furnish all labor, tools, materials, equipment, and incidentals to provide and execute complete cleaning and preventive maintenance of the kitchen exhaust hoods, ducts, and filters located in the VA Medical Center nutrition and canteen kitchen in accordance with National Fire Protection Association (NFPA) 96, as applicable. These services will be provided six (6) times a year during the months of, April, June, August, October, December, February. The cleaning may be required to be done on a more frequent basis, this will be determined by the fire Marshall Inspection and will include a modification to this contract if needed. The following work will be performed by the contractor but not limited to: a) All areas of the exhaust system will be cleaned to a point where the metal is clearly visible (Clean metal). b) Cleaning grease from inside and outside of the hood area c) Drying and polishing the inside and outside of the hood d) Cleaning grease out of hood filters, filter tracks and plenum areas (area behind the filters) e) The contractor must cover all equipment beneath hoods (tarp or plastic) in order that said equipment is in no way harmed by water or chemicals used in hood cleaning. The contractor must also clean up all spills, stains and debris as a result of hood cleaning. Disposal will be in compliance with all applicable Federal, state and local hauling and disposal regulations. f) After the job, any areas not cleaned to bare metal will be noted, with an explanation in writing. g) No toxic, flammable solvents or other flammable cleaning aids are to be used. h) All gas and electrical switches and controls, which could be accidentally activated during the cleaning process, will be locked out. i) The fire suppression system shall not be locked out during the cleaning process. j) Care shall be taken not to apply cleaning chemicals on fusible links or other detection devices of the automatic extinguishing system. k) All fire suppression pipes, dampers, access panels and other switches and controls shall be returned to their original position. l) Any access panels installed must be in accordance with NFPA 96 Standards. m) The contractor must attach inspection report to invoice and note any problems and or deficiencies. n) All components of the system (hoods, ducts, access, fans, fan housings, and accessories) shall be dismantled, and scraped, prior to pressure washing. o) Ensuring all devices are working properly. p) The contractor shall supply decal showing the date of cleaning and post to each hood. q) Cleaning any area in the workstation of debris caused by workmanship All work will meet or exceed standards established by the Uniform / International Fire Code & NFPA Code 96 and to the standards of the International Kitchen Exhaust Cleaning Association (IKECA) to the extent there is safe and reasonable access and given adequate time to complete due diligent service. The contractor must have certification through an organization that is accredited by the American National Standards Institute (ANSI), for example the International Kitchen Exhaust Cleaning Association (IKECA). The contractor must meet the requirements of the ANSI/ANSI C-10 that has been adopted by the International Mechanical and Fire Code and NFPA code 96 for the methodology of cleaning commercial kitchen exhaust systems. WORK REQUIREMENTS: a) All services under this contract will be completed by properly trained, qualified and certified employees. The contractor shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements in inspection and cleaning of cooking hoods, ventilation fans, vent stacks, vent hoods, exhaust ducts, appurtenances and fire suppression systems. b) All work will be completed in accordance with local, State and Federal regulations. c) The fire suppression system will remain operable during cleaning operations. d) Services will be scheduled in advance with the Contracting Officer s Representative (COR). e) During cleaning operations, ceiling tiles will be removed as needed. Facility components, equipment, fixtures, and property will be protected from damage. f) After the close of cleaning operations, exhaust blowers will be restarted; all access doors shall be replaced and properly fastened. g) A hood and duct checklist will be used to document the inspection and record any concerns. A copy of the checklist will be signed by the cleaning contractor and the fire department representative. The original copy of the completed checklist will be given to the contractor and a copy filed in the Safety Office. The contractor must submit a completed copy of the hood and duct inspection to the Safety Office prior to requesting payment. CLEAN-UP: All debris and rubbish not specified to become Government property resulting from the inspection and testing of the fire systems shall be disposed of by the contractor off Government property. Disposal will be in compliance with all applicable Federal, state and local hauling and disposal regulations. SAFETY REQUREMENTS: Safety requirement shall meet the applicable sections of Occupational Safety and Health Administration (OSHA) Regulations. The contractor shall ensure that all materials/equipment being used meets any and all applicable safety standards. A system of Lock Out/Tag Out will be utilized to protect contractor employees from injury. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service- Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to william.cook2@va.gov. All information submissions shall be received no later than 12:00 PM Mountain Standard Time on Thursday, February 10, 2022. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/529535a688a34dcba736726b0667328b/view)
 
Place of Performance
Address: Phoenix VA Health Care System 650 E. Indian School Rd., Phoenix 85012
Zip Code: 85012
 
Record
SN06229098-F 20220202/220131230110 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.