SOURCES SOUGHT
R -- Temporary Staffing Services
- Notice Date
- 2/1/2019
- Notice Type
- Synopsis
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219Q0356
- Response Due
- 2/6/2019
- Archive Date
- 4/7/2019
- Point of Contact
- Contracting Officer
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is 561320 Temporary Help Services VA Long Beach Healthcare System has a requirement for Temporary Staffing Services which include approximately thirty (30) fully trained temporary janitorial services professionals. Two (2) of the thirty (30) fully trained temporary janitorial service professionals shall be a Working On-Site Supervisor for the Contractor, to provide oversight and training for contractor staff/employees and to work in assigned areas of the VALBHS facility. Contractor shall provide all staff (janitors/housekeeping staff) that is required to successfully perform complete janitorial service for an estimated area of coverage, square footage shall be indicated in the solicitation. All equipment, materials and supplies shall be provided by the Government. Work shall be performed by experienced staff with experience in working with and around fully occupied clinical areas, public areas and office spaces. Contractor personnel shall have aseptic cleaning experience in a medical setting. Services shall be performed in a manner that will maintain a satisfactory facility condition and present a clean, safe, neat and professional appearance. Contract personnel shall be required to properly clean all locations indicated in the Statement of Work (SOW), which will be included in the solicitation. Services include the following: sweeping, dust/wet moping, stripping, waxing, burnishing, vacuuming, shampooing carpets, high/low dusting, washing walls, cleaning sinks, removal of trash. General cleaning duties include but are not limited to: cleaning restrooms, public areas, lobbies, waiting rooms, corridors, floors, stairwells, closets, entrance ways, patios, furniture and vents. HOURS OF SERVICE The Contractor shall perform the services as specified herein, Sunday through Saturday except for National Holidays (see below), during the hours of 7:30 am to 4:00 pm and 3:30 pm to Midnight. All thirty (30) Contractor employees shall be required and are expected to work an eight (8) hour shift performing a full range of janitorial/housekeeping duties that include floor care projects. One (1) Working On-Site Supervisor shall be required during the hours of 7:30 am to 4:00 pm and one (1) during the hours of 3:30 pm to Midnight. This requirement shall be for one-hundred and twenty (120) Days with the Government having the option to extend for an additional one-hundred and twenty (120) days, not to exceed two-hundred and forty (240) days. 3. Interested and capable Contractors should respond to this notice not later than Wednesday, February 6, 2019 at 1:00 PM PDT by providing the following via email only to Imelda.Martinez@va.gov. (a) company name (b) address (c) point of contact (d) phone, fax, and email of primary point of contact (e) DUNS number (f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small Business(SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can provide the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127. 6. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0356/listing.html)
- Place of Performance
- Address: 5901 E. 7th Street;Long Beach, CA
- Zip Code: 90822
- Country: USA
- Zip Code: 90822
- Record
- SN05209848-F 20190203/190201230012 (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 |