The RFP Database
New business relationships start here

IRM Computer Room Cleaning


Ohio, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

VA250-17-Q-0972

Page 1 of 1

Page 1 of 6


Page 1 of 1
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.B This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number VA250-17-Q-0972 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for IRM Cleaning Services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26.B This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 561720. This is a 100% set-aside for Small Business.
REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10701 East Boulevard, Cleveland, OH 44106 is seeking Quotes that provide pricing for IRM Cleaning Services performed semi-annually for four years (Base Year Plus Three Option Years). The Base Year Period of Performance is from 10-1-2017 through 9-30-2018
PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for Lowest Price Technically Acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Price: Quote for each line item, including but not limited to the requirements listed above. The provision at VAAR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ.
WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct.
ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971.
Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (SAM registration) the successful offeror must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov).
All questions must be submitted to Morgan K Selig, Contract Specialist by e-mail only by Tuesday August 29, 2017. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 3 p.m. EST Tuesday August 29, 2017
Technical questions and Quotes must be sent by email to Morgan.Selig@va.gov.




PERFORMANCE WORK STATEMENT
Tile Care Maintenance and Data Center Cleaning.
Bid Specification for Tile Care Maintenance and Data Center Cleaning
Description of Work.

The Louis Stokes Medical Center is seeking a vendor to provide full service maintenance for the top of tile and sub-tile care in the room 3A133 at Wade Park and cleaning of IRM Data Center located at the VA Medical Center (Wade Park), 10701 East Boulevard, Cleveland, Ohio 44106.
Deliverable Product

Vendor will provide top of tile care maintenance and cleaning in the room 3A133 and the IRM Data Center located in the Administrative Building of the Louis Stokes Cleveland VA Medical center, two (2) times a year in the period of October 1, 2017 through September 30, 2018. First cleaning would be in November 2017 and will include sub-floor, top of tile and hardware, and the second cleaning will be performed preferably in May 2018 and will cover the same sub-floor top of tile care and hardware cleaning.
Scope.

This requirement is for two separate cleanings and two separate locations. Each cleaning consists of sub-floor, top of tile care and hardware cleaning. These two cleaning together should maintain this facility in an optimal condition.
The locations of this contract are room 3A133 in the main building and IRM Data Center at the Administration Building at Louis Stokes VA Medical Center. The contractor is required to perform sub-floor cleaning, and top of tile cleaning in addition to vacuum top of all tiled services, tacky rollered top of all tiled areas, dust under hardware with anti-septic cloths, vacuum under all sub-flooring, dust under flooring, remove any debris under flooring, clean perforated airflow panels, level floor tiles as necessary, clean exterior and interior of hardware cabinets, clean screens, keyboards, and monitors, clean all flat surfaces, interior windows and doors, remove any scuffs and/or stains.
Sub-Floor Cleaning:
Computer Room Top of Tile Surface Preparation for Sub-Floor Cleaning
1. Vacuum top of all tiled surfaces to include underneath hardware where accessible, ramp areas if applicable.
2. Tacky roller top of all tiled areas.
3. Using specially treated anti-static cloths, we will dust under hardware and all other accessible areas.
The above methods should remove all loose dirt, dust and debris from the top surface of the raised access floor. This methodology insures that all contaminants are removed and not directed from one area to another or back into the sub-floor during the cleaning process.
Computer Room Sub-Floor Cleaning
Vendor is required to maintain the structural integrity of the raised access flooring during our cleaning process. The best practice to accomplish this part of the project is to normally remove only one tile (per service technician) at a time except when necessary to access a difficult to reach area.
1. Vacuum under all sub-flooring area to include walls, floors, vents, pipes and conduit etc.
2. Dust under flooring with low particulate generating wipes.
3. Special attention given to stringers using a two-step method, vacuuming and wiping with low particulate generating wipes.
4. Remove any debris under flooring.
5. Clean perforated airflow panels.
6. Level floor tiles as necessary to best capability.
Hardware Cleaning
Note: The exterior of all Liebert units will be part of this cleaning project.
1. Clean exterior of all hardware cabinets, including both sides of cabinet doors, using a non-ionic
cleaner, preventing static charge.
2. Clean interior of all hardware cabinets.
3. Clean any screens.
4. Clean any keyboards or monitors using lint-free dusting cloths and non-ionic cleaning solutions.
Flat Surface & Miscellaneous Cleaning
1. Clean all flat surfaces.
2. Clean all interior windows.
3. Clean all entrance doors.
Top of Tile Cleaning
1. Remove any scuffs and/or stains.
1. Clean top of all tiled areas using a non-ionic (non-static producing) solution.
Complete Sub-Floor Inspection
Visually inspect sub-floor for wall penetrations, structural integrity of raised access flooring, and environmental conditions.
Top of Tile Cleaning:
Hardware Cleaning
Note: The exterior of all Liebert units will be cleaned at no additional charge.
1. Clean exterior of all hardware cabinets, including both sides of cabinet doors, using a non-ionic
cleaner, preventing static charge.
2. Clean interior of all hardware cabinets.
3. Clean any screens.
4. Clean any keyboards or monitors using lint-free dusting cloths and non-ionic cleaning solutions.
Flat Surface & Miscellaneous Cleaning
1. Clean all flat surfaces.
2. Clean all interior windows.
3. Clean all entrance doors.
Top of Tile Cleaning
1. Remove any scuffs and/or stains.
2. Clean top of all tiled areas using a non-ionic (non-static producing) solution.
Performance Monitoring
The contractor is required to sign at the EMS administration office prior to beginning of work, and then will perform the services as stated in the SOW. The COR will observe randomly and check for the accuracy of items scheduled in the contract.

NOTE: As part of the medical center policy requirements relative to patient privacy, the contractor and all contractor s employees, are required to take two courses in TMS (Talent Management System), and print the certificates prior to performing any work. COR will give the contractor more information relative to this requirement. See attached document.
Performance

October 1st, 2017 through September 30th, 2018 Base Year
October 1st, 2018 through September 30th, 2019 Option Year One
October 1st, 2019 through September 30th, 2020 Option Year Two
October 1st, 2020 through September 30th, 2021 Option Year Three

Morgan K Selig
Contract Specialist
214-447-8300 ext 3806

Morgan.Selig@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP