Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2011 FBO #3421
SOURCES SOUGHT

S -- CLEANING BROOKLYN VAMC

Notice Date
4/5/2011
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24311RQ0225
 
Response Due
4/15/2011
 
Archive Date
5/15/2011
 
Point of Contact
Greg Vogt
 
E-Mail Address
Contract Specialist
(Gregory.Vogt@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DUE: April 15, 2011 SET ASIDE: N/A NAICS: 561720 POP STATE: New York PLACE OF PERFORMANCE: Brooklyn VA AGENCY: Bronx VA Medical Center, 130 W. Kingsbridge R., Bronx, VA 10468 Notice Type: Sources Sought Synopsis: Sources Sought Notice only. This is not a request for quotes or proposals. No formal solicitation document exists at this time. Seeking Veteran-Owned Small Businesses (VOSB), Service-Disabled, Veteran-Owned Small Businesses (SDVOSB) 8-A, Hub Zone, Small Disadvantaged, Woman Owned Small Businesses or other small businesses to provide cleaning services for various buildings located at the Brooklyn VA located at 800 Poly Place, Brooklyn, NY 11209. Vendor shall be responsible for all necessary labor, materials, parts, components, tools, supervision and transportation. The contractor shall furnish all supervision, labor, materials and equipment necessary to complete cleaning services. Cleaning Contract for the following buildings at 800 Poly Place. Contractor shall clean the following areas: 1. Building #1, 13 East/IRM consisting of 21,940 sq. ft. Hours of cleaning 8:00AM-4:30PM. Carpet to be vacuumed once daily and shampooed twice per year. 2. Building #1, 9 East/Payroll, Fiscal and the entire 9 East Corridor, consisting of 10,970 sq. ft. Hours of cleaning 8:00AM-4:30pm. Tile floor to be mopped daily, burnished twice per week and stripped and waxed once per year. 3. Building #1, 6 East/MCCF and front Core 23,220 sq. ft. Hours of cleaning 8:00AM to Completion. Tile floor to be mopped daily, burnished twice per week and stripped and waxed once per year. 4. Building #4, Engineering Service offices, Corridor and Bathroom consisting of 7,026 sq. ft. Hours of cleaning 8:00AM to Completion. Tile floor to be mopped daily, burnished twice per week and stripped and waxed once per year. 5. Building #16, DDTP Trailer, consisting of 2,691 sq. ft. Hours of cleaning 8:00AM-4:30PM. Tile floor to be mopped daily, burnished twice per week and stripped and waxed once per year. 6. Building #14, Regional Counsel/IRM consisting of 15,146 sq. ft. Hours of cleaning 8:00AM-4:30PM. Carpet to cover approximately 5,146 sq. ft. will be vacuumed once daily and shampooed twice per year. Til to cover approximately 5,146 sq. ft. to be mopped daily, burnished twice per week and stripped waxed once per year. The Contractor shall have a Quality Assurance program to assure the requirements of the contract are provided as specified. In addition to this basic Quality Assurance program which will be incorporated into the contract, an updated copy must be provided to the Chief, EMS within 4 weeks after the award of the contract and as changes occur. The program shall include, but not be limited to the following: An inspection system covering all services as stated in the contract. It must specify areas to be inspected on either a scheduled or unscheduled basis. A method for identifying deficiencies in the quality of services performed before the level of performance becomes acceptable. A record of all inspections conducted by the contractor and the corrective action that is taken. This documentation shall be made available to the Chief, EMS quarterly during the term of the contract or at his request. The Chief, EMS or designee will monitor the contractors performance under the contract. The contractors basic QA and operations manual shall be made available for review to the Chief. EMS or designated team of subject matter experts before the award of the contract. It should contain all procedures necessary to perform complete services required by the contract. This document shall be provided to the Chief, EMS prior to the start of the work. Updates provided as the contract continues. The Chief, EMS has the authority/obligation to issue the contractor a discrepancy report on all items not up to standards. A mutual report will be made to resolve all problems identified. The contractor shall take all fire/safety precautions necessary to comply with all contract items. This service covers all areas described previously. Tasks to be performed are as follows: Clean interior windows. Clean walls and partitions. Clean light fixtures. Clean lamp fixtures. Clean blinds/shades. Remove and re-hang window drapes. Floor stripping and refinishing. Carpet maintenance. Interim floor maintenance. Policing areas. Cleaning of entrances, elevators, and corridors. High and low dusting. Waste removal. Bath/toilet cleaning. Clean window drapes/shower curtains. Cleaning of artificial plants. Cleaning of ducts, louvers, door grills, radiators and fans. Clean ceilings. Clean floors. Provide required supplies. Provide equipment. All supplies and equipments must be VA approved Emergency response when needed. Clean chalkboards and other public writing surfaces. Clean metal surfaces. Clean all furniture. Clean waste receptacles. Clean utility fixtures. Clean and fill all dispensers. Clean walk off mats. Comply with all JCAHO requirements. Proper arrangements of facility furniture and furnishings. Furniture moving and replacement. The NAICS code is 561720 and the small business size standard is $16.5 million. Responses to this notice should include the following: company name, address, point of contact, telephone number, fax number, DUNS #, email address, and company status (large, small, small disadvantaged, women-owned, veteran owned, or service disabled veteran owned) to Gregory.Vogt@med.va.gov. All questions shall be addressed by email. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. This synopsis is not a solicitation announcement for proposal and no contract will be awarded from this announcement. All responses shall be submitted in writing no later than the close of business, 4PM, EST, April 15, 2010, to Greg Vogt, Contract Specialist Bronx VA Medical Center, 130 West Kingsbridge Rd., Bronx, NY 10468. Fax number is 718-741-4722. Email address: Gregory.vogt@va.gov. If you need additional information, please contact me at by email address above. Service Disabled Vets must registered and certified in Vetbizops, see below: VetBizOpps:http://www.vip.vetbiz.gov/general_user/register/default.asp Note: any Service Disabled Veteran Owned Small Business or Veteran Owned Small Business vendor not certified in Vetbizops need not respond Contractors must be registered in CCR: http://www.ccr.gov/ Seeking Federal Business Opportunities: www.fedbizopps.gov Contracting Office Address: Bronx VA Medical Center, 130 W. Kingsbridge Rd., Bronx, NY 10468 Point of Contact(s): Greg Vogt, Contract Specialist 718-741-4321
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24311RQ0225/listing.html)
 
Place of Performance
Address: 800 Poly Place;Brooklyn, NY
Zip Code: 11209
 
Record
SN02417217-W 20110407/110405234641-14a8adc2d558ed7c371525b8d5a54c61 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.