SOLICITATION NOTICE
S -- FY24: Janitorial Services VACHS Clinics
- Notice Date
- 2/27/2024 12:02:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q0541
- Response Due
- 3/5/2024 6:00:00 AM
- Archive Date
- 05/04/2024
- Point of Contact
- Aurea Gonzalez, Contract Specialist, Phone: 787-641-7582 Ext. 34954
- E-Mail Address
-
Aurea.Gonzalez@va.gov
(Aurea.Gonzalez@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Amendment No. 1 Solicitation 36C24824Q0541 Janitorial Services at VACHS Clinics This amendment is hereby issued to provide responses to questions and request for information submitted by vendors. Quote/Offer due date is hereby extended from February 29, 2024 at 1pm to March 5, 2024 at 10am AST (San Juan, Puerto Rico local time) All other areas of solicitation remain unchanged. RESPONSE TO VENDORS QUESTIONS AND REQUEST FOR INFORMATION 1. How many existing shifts are there? The facility hours are Monday thru Friday excluding federal holidays, from 8am 5pm (see PWS 2.1.4). This is a performance-based requirement, the government expects the offeror to thoroughly review the PWS and submit their best proposal/offer based on their experience, and industry practices. Therefore, the number of shifts is to be determined by each prospective contractor as they deem necessary to cover for those operations. The Government will not establish a number of shifts. 2. How many employees are on each shift? This is a performance-based contract, the Performance Work Statement (PWS) has been included, and the Government will not establish a number of employees for the contract. It is up to the prospective Contractors to submit their proposed number of personnel based on the services to be performed which are described in the PWS. The Government expects Offeror to thoroughly review the PWS and submitted their best proposal based on their experience, and commercial practices following RFQ. 3. What is the total of on-site contract staff? This is a performance-based requirement, the government expects the offeror to thoroughly review the PWS and submit their best proposal/offer based on their experience, and industry practices. Therefore, the number of on-site staff is to be determined by each prospective contractor. 4. Is current staffing adequate to meet the needs of the new requirement? This is a performance-based requirement, contractor shall present their best solution and quote using the information provided within the solicitation based on their expertise. 5. Is the contracting staff required to stay the entire time the clinics are open from 8:00AM-5:00PM (9 hours)? The contractor needs to stay in the facility for the duration of the operation. 6. Is the contracting staff to clean and go? The contractor needs to stay in the facility for the duration of the operation. 7. What is the square footage of the area that requires striping and waxing? broken out by location. Ceiba Community Based Outpatient Clinic 8,846 sq. ft. Comerio Rural Clinic 1,361 sq. ft. Vieques Rural Clinic 583 sq. ft. 8. What is the square footage of the area that requires carpet shampooing/extraction?; broken out by location. Currently there is only one facility with carpets, the Ceiba Clinic which has three (3) area carpets of 3 x 6 9. We couldn t locate the frequency of the services. The service requirements are typically separated into frequency: daily, weekly, monthly, quarterly, semi-annual, and annual. By location, please provide the frequency for each service. Facilities operate receiving in person customers (patients, visitors, employees etc.) on a normal business hours schedule (Monday Friday, excluding federal holidays) as described on PWS 2.1.4. Schedule of services is to be coordinated with COR or designated POC. Being a performance-based requirement, the proposed schedule shall be presented by the Quoter/Offeror. 10. Is there a site visit date and time scheduled? The government is hereby including facilities layout for each clinic, please see Attachment 1- Ceiba, Attachment 2- Comerio and Attachment 3- Vieques. In addition, a site visit for two of the facilities will be provided as follows: Ceiba Clinic on February 29, 2024 at 10am Comerio Clinic on March 1, 2024 at 10am For the Vieques Clinic pictures are being provided as Attachment 4 in lieu of site visit. Please confirm attendance to site visit via email to Aurea.Gonzalez@va.gov no later than February 29 at 8am AST (Puerto Rico Local Time) 11. This is 100% set aside for Service-Disabled Veteran Owned companies only correct? Yes, this procurement is set-aside for SDVOSB verified vendors. 12. Who is the current company contracted? This information is publicly available on Federal Procurement Data System (FPDS) at www.fpds.gov and/or US Spending at www.USASpending.gov 13. What is the current value of the existing contract and the applicable raised prices over the last 5 years? Can you provide the invoices or price increase? Part of this information is publicly available on Federal Procurement Data System (FPDS) at www.fpds.gov and/or US Spending at www.USASpending.gov Current contractor information may be requested and disclosed under Freedom of Information Act (FOIA) in accordance with 38 Code of Federal Regulations (CFR) 1.553(b). The VA accepts FOIA requests submitted by email. Email must be sent to SAJFOIA@va.gov . For additional information about FOIA regulations and procedures, please visit www.foia.va.gov 14. Is there a current incumbent? If so, are they up for re-bid? Yes, there is a current incumbent (See Question 12), as this is a follow-on contract being procured as a competitive set-aside for SDVOSB verified vendors. All acceptable offers/quotes received will be evaluated as stated on solicitation. 15. What is the current contract cost for the last option year? This information is publicly available on Federal Procurement Data System (FPDS) at www.fpds.gov and/or US Spending at www.USASpending.gov 16. Is the government providing all supplies and equipment? Refer to PWS in detail, Section 2.1.2 and 8.0 among others provide details on what the contractor performance entails and what would be provided by the government. 17. To provide our best cost value would like to schedule a visit to the locations listed in the PWS, if possible. Site visit for two of the locations will be provided, see Question #10 for specific date and time. 18. Would like to know if the date for quote submission still holds for February 29, 2024? Even though inactive date appears to be April 29, 2024. Due date for Offer/quote submittal has been extended until March 5, 2024 at 10AM AST (San Juan, Puerto Rico local time). Inactive date is not the same as Quote/Offer due date, information for submittal of quotes is provided on solicitation. The inactive date relates to the date contract opportunities webpage will change the solicitation from active to inactive state.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f116667b824b45c585e0ad4d4386a523/view)
- Place of Performance
- Address: VA Caribbean Healthcare System (VACHS) 10 Casia St, San Juan, PR 00921, USA
- Zip Code: 00921
- Country: USA
- Zip Code: 00921
- Record
- SN06978170-F 20240229/240227230046 (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 |