Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2022 SAM #7457
SOLICITATION NOTICE

S -- Floor Scrubbing Machine for the VA Long Beach Healthcare System

Notice Date
4/29/2022 9:11:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339994 — Broom, Brush, and Mop Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q0785
 
Response Due
5/11/2022 12:00:00 PM
 
Archive Date
07/10/2022
 
Point of Contact
Isaac Shimizu, Contract Specialist, Phone: 916-366-5420
 
E-Mail Address
isaac.shimizu@va.gov
(isaac.shimizu@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Project Title: Small Industrial Floor Scrubbers for the VA Long Beach Healthcare System. Description: VA Long Beach Healthcare System is seeking to purchase 15 quantities of a Small Industrial Floor Scrubbers. Project Location: VA Long Beach Healthcare System, 5901 East 7th Street, Long Beach, CA 908822 Solicitation Type - Number: Request for Quotes (RFQ) - 36C26222Q0785. Set Aside: This solicitation is issued as a Service-Disabled Veteran owned Business set aside. Applicable NAICS code: 339994, Broom Brush, all Mop Manufacturing. Small Business Size Standard: 500 employees Type of Contract: Firm Fixed Price Period of Performance: 45 days Delivery Date from award date. The Veteran s Integrated Service Network 22 is seeking a contractor to provide VA Long Beach Healthcare System. GENERAL SCOPE The Veterans Health Administration (VHA) has a requirement for the small industrial floor scrubbers for various areas of the hospitals in the VA Long Beach Healthcare System. The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity. The floor scrubbers will be used to scrub over 1,194,696 square feet of hard-to-reach areas. Routine maintenance requires floor scrubbing twice a week minimally, or as needed. The types of flooring that require maintenance are VCT, terrazzo, ceramic tile, and laminate tile flooring that can be found in both outpatient and in-patient areas of the facility. Areas of focus for hand-held scrubbers are patient rooms, latrines, and utility rooms. Product General The small industrial floor scrubbers must have the following salient characteristics: Quantity: 15 each Must meet or be equivalent to the following specifications: Must provide the maneuverability of the mop with the performance of a traditional floor scrubber while covering up to 28 of scrubbing width in addition to two 14 Dual counter rotating brushes Must possess water recovery features of a standard scrubber and leave a dry surface behind after a pass and cleans & dries 1,000 sq ft of obstructed space in less than 5 minutes. Must have a maneuverable handle and possess the ability to work in tight spaces and underneath obstacles and provide one hand swivel operation. A compact design and foldable scrub-deck is necessary for storage. Must have transport wheels. Must not exceed 40.7lbs without batteries or water. Must possess side splash preventable measures. Must obtain a preventative measure for uneven floor surfaces and fluid recapture. Location of squeegee immediately behind brushes is a must vs. behind wheels Cleaning solution & recovery water. At a minimum 1 hour charging time must provide an 80% charge for up to 60 minutes of use and batteries must have 5 hours of operation per charge with an additional battery set per machine. Must have a 350 RPM motor or greater. Floor pad options must be available to clean the following surfaces: ceramic tile, concrete, VCT, terrazzo, and rolled vinyl. Specific Tasks. Combines the maneuverability of the mop with the performance of a traditional scrubber Delivers extremely clean floors with high mechanical agitation Provides 24 of scrubbing width Dry floors technology with water recovery system Works in tight spaces and underneath obstacles with 360-degree handle Foldable scrub-deck & transport wheels Not to exceed 40.7 lbs without batteries or water 14 Dual, counter rotating brushes, 28 cleaning coverage in one pass Pushes solution toward center, rather than splashing off to the side of the machine. Concentrically stepped bristles trap fluid and prevent splashing. Placement of squeegee under weight of equipment creates pressure against uneven floor surfaces for better fluid recapture. Location of squeegee immediately behind brushes (vs. behind wheels) One hand swivel operation Detachable tanks for cleaning solution & recovery water Heavy-duty hinge for 360º steering- highly maneuverable in small spaces around obstacles and under furniture 1 hour charging time provides 80% charge for up to 60 minutes Rechargeable modular battery packs with 5 hours of operation time per charge Additional battery set Powerful 350 RPM motor Easy transport wheels Cleans & dries 1,000 sq ft of obstructed space in less than 5 minutes Low profile & folding design Fits under furniture and counters and gets into tight spaces. Deck folds for narrow storage. Floor pad options must be available to clean the following surfaces: ceramic tile, concrete, VCT, terrazzo, and rolled vinyl. Performance Monitoring COR will ensure that the vendor provides the materials in the allocated time frame. Security Requirements N/A Place of Performance. Place of performance will be located at the Long Beach VA Medical Center located at 5901 East 7th Street, Long Beach, CA 90822. The items to be procured will be used in the entire campus. Period of Performance. 45 days Delivery Date from awarded date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, dated 1/30/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-2, Evaluation -- Commercial Items FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Warranty Requirements VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance FAR 52.233-2, Service of Protest VAAR 852.233-70, Protest Content/Alternative Dispute Resolution VAAR 852.233-71, Alternative Protest Procedure Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 12pm PST Wednesday May 11, 2022, to isaac.shimizu@va.gov. Ensure the following are completed and/or included in the quote packet: a. Vendor Information with DUNS number b. Acknowledgement of amendments c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions d. Schedule of supplies (specify manufacturer and model # of proposed item, as well as lead time for delivery) e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8dc33e19927a466bb8b6212befe6b97c/view)
 
Place of Performance
Address: VA Long Beach Healthcare System 5901 East 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN06312639-F 20220501/220429230057 (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.