Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2025 SAM #8515
SOLICITATION NOTICE

S -- Janitorial Services Amendment 0001

Notice Date
3/18/2025 8:29:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0274
 
Response Due
3/24/2025 3:30:00 PM
 
Archive Date
04/23/2025
 
Point of Contact
Karly Morris, Contract Specialist, Phone: 000-000-0000
 
E-Mail Address
Karly.Morris@va.gov
(Karly.Morris@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Questions and Answers Question 1: In order to proceed with preparing our quote, I would appreciate your clarification regarding Attachment 5. Specifically, does the reference to 15 hours indicate a requirement for daily services of 15 hours, or is it intended solely as a cost reference for that duration? Government Response: The quantity amount of 15 hours on Attachment 5 indicates that services would be performed on an average of 15 hours per week. Question 2: Who is the current contractor? What is the current contract amount? If you are unable to provide the current contract amount, what is the current budget your agency has for this project? Government Response: The Incumbent Contractor is Sanford Federal, Purchase Order 36C25922P0375. The current contract amount or budget information will not be provided. Question 3: The Statement of Work (SOW) references semi-annual services for stripping and waxing floors, as well as deep cleaning carpets. Are there any specific material or equipment standards (e.g., type of wax, carpet shampoo) that must be followed? Government Response: It is up to the Contractor to provide those services semi-annually. The choice of products shall be forwarded to the Contracting Office s Representative (COR) for review. Question 4: The SOW indicates that cleaning shall be conducted Monday through Friday from 4:30 PM to 9:00 PM. Are there any restrictions or requirements regarding access to specific areas during those hours? Government Response: Yes, the Contractor will have to come in early to clean the Medical Supply Room to have access during the week. Question 5: Are there any infection control standards (e.g., use of EPA-approved disinfectants) that the contractor must follow in patient care areas? Government Response: Yes, the Contractor is required to do the 2-step cleaning process in accordance with the CDC Standard. Question 6: For the Quality Control Plan (QCP), does the Government have a preferred format or set of performance metrics that should be incorporated? Government Response: The facility will randomly be inspected throughout the year. Deficiencies will be sent to the point-of-contact (POC) of the Contractor or the Program Manager. Question 7: Is there a mandatory response time for corrective actions in case of a deficiency noted during a Government inspection? Government Response: Yes, 24-48 hours after notification to the POC/Program Manager. Question 8: The Pricing Schedule requires submission of a unit price per job. Should pricing reflect the cost of labor, supplies, and overhead combined, or should it be broken down into separate cost elements for evaluation purposes? Government Response: The quote submission using the attached Pricing Schedule should only include the estimated cost per hour (unit cost). Question 8: Will the Government provide any baseline data or historical costs for similar janitorial services at the Gillette VA Outpatient Clinic to assist with cost realism analysis? Government Response: No, the Government will not provide baseline data or historical costs for similar services at the Gillette VA Outpatient Clinic. It is not the Government s responsibility to assist with cost realism analysis. Question 9: Is there a preferred font size and margin specification for the technical proposal? Government Response: There is not a preferred font size and margin specification for the technical proposal. Question 10: The solicitation states that past performance information should not exceed two pages per reference. Would additional supporting documents such as performance evaluations or customer references be acceptable as an appendix? Government Response: The offeror may submit additional supporting documents as an appendix. Question 11: The VA Notice of Limitations on Subcontracting states that the contractor must perform at least 50% of the work. Would subcontracted labor used for non-custodial tasks (e.g., supply delivery) count toward the 50% self-performance threshold? Government Response: The contractor must be able to provide at least 50% of the work. That is including non-custodial tasks, such as supply delivery.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2dfb5d64852541be9ccb73946ef7a00a/view)
 
Place of Performance
Address: Department of Veterans Affairs Gillette VA Outpatient Clinic 604 Express Dr, Gillette, WY 82718, USA
Zip Code: 82718
Country: USA
 
Record
SN07375828-F 20250320/250318230048 (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.