SOURCES SOUGHT
S -- SaniGlaze Floor Maintenance 36C258-20-AP-1006/644-21-1-232-0001
- Notice Date
- 6/4/2020 2:42:12 PM
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
- ZIP Code
- 85212
- Solicitation Number
- 36C25820Q0218
- Response Due
- 6/12/2020 3:30:00 PM
- Archive Date
- 09/10/2020
- Point of Contact
- William Cornick, Contract Specialist, Phone: 602-795-4370
- E-Mail Address
-
william.cornick@va.gov
(william.cornick@va.gov)
- Awardee
- null
- Description
- This request for information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This notice is published to conduct market research to determine if there is a sufficient number of certified Service-Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance (3) intentions of subcontracting program to include set-asides if any; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) If you are a distributor a statement from the manufacturer that your company is an authorized distributor; (6) a statement to inform the government if you are a manufacturer or distributor; (7) any information regarding FSS Schedule availability; (8) SAM Registration (9) any other pertinent company documentation. Responses are due by June 12, 2020 at 4:30 pm MST. It is anticipated that a solicitation may be issued in July 2020. If issued, award of a subsequent contract is contemplated in October 2020. Electronic submissions are acceptable via William.Cornick@va.gov, and are highly preferred. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. Requirement to correct the condition and appearance of the floors throughout the PVAHCS. It is requested that responses include a rough estimate of pricing for completion of the requirements identified within the Statement of Work attached. Statement of Work Recondition and Maintenance of Floors Phoenix Veterans Affairs Health Care System (PVAHCS) PURPOSE Requirement to correct the condition and appearance of the floors throughout the PVAHCS. CONTRACT SUBMITTAL AND CODE REQUIREMENTS This project includes but is not limited to the following work elements; All labor, equipment, materials and incidentals shall be furnished by the contractor. No alterations, additions or deletions shall be made unless prior written approval is given by the Contracting Officer (CO). The contractor shall thoroughly review the request for constructability and advise of possible problem areas prior to submitting a cost proposal. Under no circumstances is the contractor to begin any work on the project until a bona-fide Notice to Proceed is issued through the contracting office. All work must be in accordance with the most current Healthcare and VA Specifications and SaniGLAZE International procedures unless expressed written permission is received from the Contracting Officer stating otherwise. The contractor shall provide a supervisor for the full duration of the project and he/she must be on site at all times while work is being performed. Contractor shall provide Quality Assurance (QA) person and shall inspect, test and perform duties consistent with contractor submitted quality assurance program. Contractor s QA shall provide daily reports to the government project manager on a weekly basis; this report shall show in detail the subcontractor s work performance on that day. Report shall include any findings by the QA on that day. The contractor(s) QA and superintendent cannot be the same person, unless CO has specified otherwise. Contractor shall submit all products used, to include Safety Data Sheets (MSDS) to the CO before any and all items are brought or installed on projects. DESCRIPTION OF WORK This project will consist of the following elements but is not limited to these; Pre- restoration work necessary before commencement of restoration process steps. Examples include removal of floor coatings/caulking/polyurethane, removal and replacement of partitions or work area impediments, and grout sawing in cases where grout depth is insufficient to achieve permanent bonding of glazing compound. Below are some features of work but these are not all inclusive of all work needed to be accomplished on this project. It is the contractor s responsibility to define and capture all work required to give the government a complete correction of the condition and appearance of the Medical Center floors. Contractor will clean, sanitize and prep the floors, followed by the SaniGLAZE restoration process that will protect the tile and grout from contamination. PROJECT SCOPE Floor Work located throughout building 1, 8, 16, 21, 23, 34 and ACC) Contractor will utilize solutions and equipment to emulsify and extract contaminants and odors from the tile and grout. Contractor will apply a nonporous polymer coating on all grout that will permanently bond to the existing grout lines. In cases where grout depth is insufficient to achieve permanent bonding of glazing compound, grout sawing may be required. Contractor will prepare the entire surface to apply a chemical resistant coating that will shield the floor from future contaminants. Contractor will set an EverGLAZE maintenance program. It will encompass procedures utilizing specialized equipment and chemicals to maintain tile and grout floor surfaces on a periodic basis that have been restored with the SaniGLAZE Tile and Grout Restoration process. Contractor will provide training to selected VA Housekeeping staff on maintaining floors between periodic maintenance program. DELIVERABLES The reports shall contain at a minimum the following information: Maintenance Schedule to include timeline correct current condition Maintenance Schedule for a periodic EverGLAZE maintenance program Start/finish dates Contractor individuals performing service Work being performed Training: Provide what training was conducted, who conducted training, who received training Problems encountered: Identify any problems, issues or delays and recommendations to their resolution, any corrective actions that were taken to resolve problems Signature Block: Certifying that above work has been completed. Include signature space for the client and the contractor. Period of Performance: Base 10/01/2020 09/30/2021 Option Year 1 10/01/2021 09/30/2022 Option Year 2 10/01/2022 09/30/2023 Option Year 3 10/01/2023 09/30/2024 Option Year 4 10/01/2024 09/30/2025
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1a0617c9aab540b88d9f80c48555da4d/view)
- Place of Performance
- Address: 650 E. Indian School Rd., Phoenix, AZ 85012, USA
- Zip Code: 85012
- Country: USA
- Zip Code: 85012
- Record
- SN05681162-F 20200606/200604230159 (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 |