SOURCES SOUGHT
S -- Copy of Phoenix VA Health Care System Window Washing Sources Sought
- Notice Date
- 7/8/2020 12:34:21 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
- 36C25820Q0282
- Response Due
- 7/13/2020 3:30:00 PM
- Archive Date
- 08/12/2020
- Point of Contact
- Dennis Cantrell, Contract Specialist, Phone: 602-795-4409
- E-Mail Address
-
Dennis.Cantrell@va.gov
(Dennis.Cantrell@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this source sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned Small Business, Veteran-Owned Small Business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The New Mexico VA Health Care System (NMVAHCS), located at 1501 San Pedro SE, Albuquerque, NM,87108 is seeking a potential Contractor to furnish all necessary and appropriate labor, supervision, materials, equipment, and supplies to perform exterior window cleaning services for the New Mexico VA Healthcare System (VANMHS), and the participating facilities within the catchment areas, as follows: PERFORMANCE WORK STATEMENT TITLE: Window Washing Services GENERAL OBJECTIVES AND REQUIREMENTS: The New Mexico VA Health Care System (Agency) requires a service contract for window washing of their facilities windows twice a year for a potential base plus four-year option contract. PLACE OF PERFORMANCE: New Mexico VA Healthcare System (NMVAHCS), 1501 San Pedro SE, Albuquerque, NM 87108. Description. 1.1 The Contractor shall furnish all necessary and appropriate labor, supervision, materials, equipment, and supplies to perform exterior window cleaning services (twice per year) for the New Mexico VA Healthcare System (VANMHS), and the participating facilities within the catchment areas: New Mexico VA Healthcare System (NMVAHCS), 1501 San Pedro SE, Albuquerque, NM 87108. Building 41 (Main Medical Center): Six story building. Building 41 PI Conference Room 4A180 Catwalk Between Bldg. 41 and 45. Green Mile Hallway. Building 1 Behavior Health/Outpatient: Four story building. Annex Building Single Story Building Building 2 Canteen and Recreation: Two Story Building. Building 3 Behavior Health Inpatient: Three Story Building. Building 4 Fiscal Services/ Human Resources: Two Story Building. Building 5&6 AC/Carpentry Engineering Single Story Building Building 8 Engineering Offices and Shops: Single Story Building. Building 9 Laundry: Single Story Building Building 10 Research: Two Story Building. Building 11 Research and Day Treatment: Two Story Building. Building 12 Research Offices: Single Story Building. Building 13 Behavior Health Inpatient: Single Story Building. Building 14 Research Offices: Single: Story Building Building 15 Non-Institutional Care Building: Single Story Building. Building T 15D IRM: Single Story Building. Building T 15C Gym: Single Story Building. Building 18 Legal Services: Single Story Building. Building 32 Police Guard Shack: Single Story Building Building 33 EM Safety: Single Story Building Building 39 Education: Single Story Building. Building 42 Emergency Dept.: Single Story Building. Building 45 SCIU: Single Story Building. Building 46 Warehouse: Single Story Building. Building 49 MRI: Single Story Building. Building 50 Lithotripsy GU: Single Story Building. Building 52 Behavior Health Care Line: Single Story Building. Building 53 Outpatient Mental Health/ Local Union: Two Story Building. Building 54 Heroes Hall: Single Story Building. Building 55 Heroes Hall: Single Story Building. Building 56 Engineering/Contracting: Single Story Building Building T-60 Education Trailer: Single Story Building. Building T-62 Benefits Trailer: Single Story Building. Building 66 Research Lab Office: Single Story Building. Building 67 Research Lab: Single Story Building. Building 77 Sleep Lab: Single Story Building. Building 80 CLC: Single Story Building Building 96 Behavioral Health/Homeless Outreach: Single Story Building. 1.2 New Mexico VA Healthcare System (NMVAHCS) reserves the right to add additional by modification as new structures are added. 2.0 Performance Requirements. 2.1 The cleaning shall take no more than 30 days to complete all requirements. 2.2 All cleaning tasks shall be accomplished to meet the standards listed below: 2.2.1 Clean glazed surface, windows, frames, sills, sashes, Ledges and insect screens. Contractor shall remove of all residual tar, gum, and paint, water proofing compounds, dirt and soil of other substances, which may be found. Screens shall be removed for cleaning, replaced and securely fastened. All glass shall be streak and water stain free. 2.2.2 Removal of material and equipment. All Contractor material and equipment shall be removed from the facility or stored and secured properly at the end of the workday. Remove all empty containers, boxes, etc. from Government property. 2.2.3 Safe preparation and use of materials and equipment. Materials shall be prepared according to manufacturer s recommendations. Contractor shall use equipment for the purpose it was intended for and in accordance with all OSHA regulations and safety standards. Contractor will furnish Safety Data Sheets (SDS) on all chemicals to the COR prior to commencement of work. 2.2.4 Warning Signs and protective barriers. Contractor shall place signs designating work areas to warn others of work in progress, as well as to protect persons, property, equipment, etc. 2.2.5 Contractor shall coordinate work to prevent conflicts with the treatment of patients and the functioning of the facility. If needed, no medical apparatus shall be moved without approval. 2.2.6 A proposed work schedule shall be submitted to the technical representative for coordination within fifteen (15) calendar days after notice of contract award. In addition, the Contractor shall submit a daily schedule to the representative of the areas to be serviced in advance for each workday, and the Window Cleaning Plan of service prior to the start of semi-annual cleaning. 2.2.7 The Contractor is responsible for complying with all appropriate regulations and guidelines of the JCAHO, OSHA, and any other pertinent federal, state, and local references. 2.2.8 All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement of government-owned furnishings, fixtures, equipment and facilities. The Contractor shall report any damage observed or caused by the Contractor personnel to the technical representative. The Contractor shall be responsible for repair or replacement of government-owned items or facilities to previous condition, if determined to be at fault by the Contacting Officer. 3.0 Supplies, Equipment and Tools. 3.1 Contractor shall furnish all cleaning materials, equipment, and supplies necessary to perform the cleaning services of this contract, except for those noted within this SOW. All cleaning materials and supplies shall be provided in their original containers with Safety Data Sheets (SDS) immediately accessible to the user(s). 3.1.1 The Contractor shall provide environmentally preferable products (soap, chemical, etc.) and is required to provide an SDS for all potentially hazardous agents used within the facility to ensure the safety of the occupants and employees. 3.2 All equipment shall have bumpers and guards to prevent marking, scratching or marring of furniture, fixtures or building surfaces. 3.3 All Contractor electrical equipment shall be Underwriter s Laboratory (UL) listed and maintained in a safe condition for the operator and bystanders. All equipment must operate using existing building circuits. Contractor shall not operate electrical equipment or combinations of electrical equipment, which require power exceeding the capacity of the site. 3.4 The Government shall follow OSHA 1910.66 and provide required information to the contractor at the pre-performance conference and on a required basis after that. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources-sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 561720- This industry comprises establishments primarily engaged in cleaning building interiors, interiors of transportation equipment (e.g., aircraft, rail cars, ships), and/or windows. ($19.5M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to dennis.cantrell@va.gov. All information submissions shall be received no later than 4:30 pm Mountain Time on Wednesday, January 15, 2020. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e06dfed5d8ab41409c851ee4dc91f5f1/view)
- Place of Performance
- Address: Phoenix VA Health Care System 650 E Indian School Road, Phoenix 85012
- Zip Code: 85012
- Zip Code: 85012
- Record
- SN05715379-F 20200710/200708230146 (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 |