Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2021 SAM #7111
SOURCES SOUGHT

S -- Canteen Power Washing Services

Notice Date
5/19/2021 1:36:09 AM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25221Q0690
 
Response Due
5/18/2021 8:00:00 AM
 
Archive Date
07/17/2021
 
Point of Contact
Naqikah Greenfield, Contract Specialist, Phone: 224-610-3283
 
E-Mail Address
naqikah.greenfield@va.gov
(naqikah.greenfield@va.gov)
 
Awardee
null
 
Description
36C25221Q0690 SOURCES SOUGHT SYNOPSIS The Department of Veterans Affairs, Great Lakes Acquisition Center (GLAC) is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest and the resources to provide Power Washing Services at the Jesse Brown VA Medical Center located in Chicago, Illinois. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561720 Janitorial Services with a Size Standard of $19.5 million in revenue. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Requirements: The contractor shall furnish all labor; supplies and equipment to power wash/steam clean sanitize and disinfect the entire Canteen Food Service Operations monthly in accordance with the attached draft Statement of Work (SOW). The period of performance shall be for one (1) Base Year of approximately 12 months and four (4) 12-month option years. Capabilities Statement: Interested parties shall submit a Capabilities Statement, BRIEF and CONCISE, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feel is relevant. All interested firms responding to this Sources Sought Notice are requested to provide a capability statement which needs to include: - Company Name - Point of Contact Name, Phone Number and Email - Business Status (i.e., 8(a), HUBZone, Woman-owned, SDVOSB, Large, etc.) - Dunn & Bradstreet Number - Commercial and Government Entity (CAGE) Code - Indication of Current Systems for Awards Management (SAM) Registration (i.e., SAM and Online Representations and Certifications (ORCA) registration, etc.) - Tailored capability statements addressing the particulars of this effort and documentation supporting claims of the company and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. - Include a statement indicating whether you intend to submit a quote/proposal in response to a future solicitation for these services. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, SMALL BUSINESSES, SOLE SOURCED OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the power washing services are invited to submit a response to this Sources Sought Notice by 10:00 AM local time on Wednesday, May 26, 2021. All responses under this Sources Sought Notice must be emailed to Naqikah Greenfield, Contracting Officer at naqikah.greenfield@va.gov. DRAFT STATEMENT OF WORK POWER WASHING SERVICES Scope: The contractor shall provide all labor; supplies and equipment to power wash/steam clean sanitize and disinfect the entire Canteen Food Service Operations monthly. Services shall include the movement of all furniture and equipment to center of the room(s); remove all dirt and buildup from walls, floors tiles, ceiling and grout lines via power washing/steam cleaning and sanitizing of walls, floors tiles, and grout lines in the food operation areas. In additional to treating and sanitizing all floor drains with a natural enzyme to remove organic build-up in drains throughout the food operation areas. Power wash and mop floors of all coolers to remove all grease, debris, build up from floor. Remove all grease and build up from twenty (20) rubber floor mats ranging in various sizes via power wash and sanitize all floor mats. Steam clean and sanitize all food carts to remove all grease and build-up. All work shall be performed according to manufacturer s specifications and industry standards at Jesse Brown VAMC. Specific Tasks/Deliverables Monthly power washing/cleaning of approximately 3,032.42 net square feet kitchen cooking and food preparation area for rooms 1281, 1283, 1284, 1285, 1287, 1288, 1289, and 1291 (see details below). Tasks listed below consist of preparing for power washing, degreasing, rinsing, disinfecting wall tiles and floor, and post preparation. The following is needed to conduct power washing and providing by the facility: access to water source, access to Taylor St. docking area to clean rubber mats outside, and access to Taylor St. docking area with open doors. The degreasing features shall include a product that cuts through filth and grime with ease that has following features and benefits: USDA approved for meat, poultry, and plants, pH: 13.0 14.0 Multi-surface use, non-butylated, non-flammable, and biodegradable, approved for federally monitored meat, poultry, and plants. The disinfectant for the tile wall cleaning shall have the following features and benefits: broad spectrum of efficacy (kills off 99.99% of bacteria, fungi, TB, and HIV-1), no rinse or wipe required, environmentally certified, and made from pure botanical and renewable plant extract ingredients. Below is a lay out of the kitchen area that shall be power washed monthly. Room # Room Description Gross Area Net Area Dimensions 1283 Refrigerator 201.88 157.26 17 x 10' 1284 Canteen Storage 448.71 410.78 35 x 19' 1291 Dish Washing 409.49 379.22 27 x 12' 1287 Office 72.02 64.19 10' x 7' 1281 Kitchen 606.53 540.47 37' x 15' 1285 Kitchen 852.31 761.33 37' x 14' 1289 Cooking Area 460.97 418.34 7' x 53' 1288 Food Svc 347.09 300.83 11' x 37' Total 3,399.00 3,032.42 Task1: Prepare the kitchen floor area for power washing monthly. Remove stainless steel food carts (11) where applicable Remove rubber ergonomic floor mats (28) where applicable Remove trash bins where applicable Move tables as needed for cleaning area Task 2: Degrease floors monthly. Power wash tile walls with degrease solution Power wash floors with degrease solution Power wash one walk-in freezer and one walk-in cooler with degrease solution Provide direct excess water to floor drains Task 3: Monthly maintenance of rinsing floors. Power wash tile walls with water rinse Power wash floors with water rinse Power wash walk-in freezer with water rinse Direct excess water to floor drains Task 4: Disinfect wall tiles with solution monthly. Wipe down tile walls with bio-degradable antimicrobial solution Task 5: Final post kitchen floor area provided monthly. Return mats, trash bins, tables, and carts where applicable. Hours of Operation. Normal hours of coverage are Monday through Friday from 7:00 am to 4:30 pm CST, excluding holidays. All service/repairs will be performed on Saturdays and/or Sundays, unless requested or approved by COR or designee. Holidays include: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day And any other day specifically designated as a national holiday by the President of the United States. Place of Performance. Jesse Brown VA Medical Center 820 S. Damen Ave Chicago, IL 60612-3728 Period of Performance: Base Year: Date of Award through June 30, 2022 Option Year 1: July 1, 2022 through June 30, 2023 Option Year 2: July 1, 2023 through June 30, 2024 Option Year 3: July 1, 2024 through June 30, 2025 Option Year 4: July 1, 2025 through June 30, 2026 Performance Monitoring. Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the performance monitoring of this contract. 6.1 Direct Observation-(Can be performed periodically or through 100% surveillance.) 6.2 Periodic Inspection-(Evaluates outcomes on a periodic basis. Inspections may be scheduled [Daily, Weekly, Monthly, Quarterly, or annually] or unscheduled, as required.) a. ACCEPTABLE PERFORMANCE The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action. b. UNACCEPTABLE PERFORMANCE When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR) and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor must present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. Security Requirements. Vendor will not have access to VA Sensitive Information, patient records, or data. For services performed after normal work hours (7:00 a.m. to 4:30 p.m.) at the Jesse Brown VA Medical Center, contractor s representative shall sign-in and receive a Contractor I.D. Badge from the front desk representative. All work completed should be reported to Antoinette Byrd, the Contracting Officer Representative (COR) in Environmental Management Service at 312-569-7147 or antoinette.byrd@va.gov. Government-Furnished Equipment (GFE) / Government-Furnished Information. None. Other Pertinent Information or Special Considerations. All work shall be performed by personnel qualified to work on the specific equipment. Work shall be scheduled with the COR at least one week in advance. Contractor shall furnish copies of Material Safety Data Sheets for all products used. Any products used shall comply with the following: Be approved by USDA for use around meat, poultry and plants Have a pH level between 13.0-14.0 Be designed for multi-surface use Non-butylated, non-flammable, biodegradable Broad spectrum of efficacy (kills 99.9% of bacteria, fungi, TB, and HIV-1) Environmentally certified The Contractor shall perform work under this contract consistent with the relevant policy and objectives identified in the agency, organizational, or facility environmental management system (EMS) applicable for your contract. The Contractor shall perform work in a manner that conforms to all appropriate Environmental Management Programs and Operational Controls identified by the agency, organizational, or facility EMS, and provide monitoring and measurement information as necessary for the organization to address environmental performance relative to the environmental, energy, and transportation management goals. In the event an environmental nonconformance or noncompliance associated with the contracted services is identified, the contractor shall take corrective and/or preventative actions. In the case of a noncompliance, the Contractor shall respond and take corrective action immediately. In the case of a nonconformance, the Contractor shall respond and take corrective action based on the time schedule established by the EMS Site Coordinator. In addition, the Contractor shall ensure that their employees are aware of the roles and responsibilities identified by the EMS and how these requirements affect their work performed under this contract. All on-site contractor personnel shall complete yearly EPA sponsored environmental training specified for the type of work conducted on-site. Upon contract award, the Contracting Officer's Representative will notify the facility-level EMS Coordinator to arrange EMS training for appropriate staff. g. All Contractors performing services for the Government are required and shall comply with all Occupational Safety and Health Administration (OSHA), State, County and Municipal Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a3070d8d3ead473a8ce69230a8ca2822/view)
 
Place of Performance
Address: Department of Veterans Affairs Jesse Brown VA Medical Center 820 S. Damen Ave, Chicago, IL 60612-3728, USA
Zip Code: 60612-3728
Country: USA
 
Record
SN06007575-F 20210521/210519230120 (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 |
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.