The RFP Database
New business relationships start here

Janitorial Service-CO


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

PRESOLICITATION NOTICE FOR:
JANITORIAL SERVICES

THIS ACQUISITION IS SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) ONLY

The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 15 has a requirement to Provide Janitorial Services to several locations that fall under the Harry S. Truman VA Medical Center, 800 Hospital Drive, Columbia Missouri 65201.

The contractor shall provide the managerial, supervisory, administrative, direct, and overhead personnel necessary to perform the work specified in the contract, including the provision of all labor, transportation, equipment, and materials, except as specified herein as government furnished, necessary to provide cleaning services for the Community Based Outpatient Clinics (CBOC) located at:
700 GW Lane, Waynesville, MO (approx. 9900 square feet),
2707 West Edgewood (Suites 105-108), Jefferson City, MO (approx 7800 square feet),
940 Executive Drive, Osage Beach, MO (approx 6500 square feet), and
3320 West 10th Street, Sedalia, MO (approx 6400 square feet), and
VA Business Administration Building, 1700 E. Pointe Dr. Columbia, MO (approx. 12,150 square feet), in a manner that will maintain a satisfactory facility condition and present a clean, neat and professional appearance. Performance shall be in accordance with the standards contained herein.
The contractor shall provide the managerial, supervisory, administrative, direct, and overhead personnel necessary to perform the work specified in the contract, including the provision of all labor, transportation, equipment, and materials, except as specified herein as government furnished, necessary to provide cleaning services for the Compensation and Pension Clinic ( C&P) (approximately 5500 square feet) located at :
3425 Buttonwood Drive
Columbia, Mo 65201
in a manner that will maintain a satisfactory facility condition and present a sanitary, clean, neat and professional appearance. Performance shall be in accordance with the standards contained herein.
The Contractor shall have experience in managing and performing a program of hospital asepsis as described in this statement of work for at least 24 months during the past three years. This experience must have been gained as a result of the contractor being regularly engaged in the business of providing aseptic services in all areas of outpatient clinics.
CBOCs are leased facilities, staffed by VA. They are outpatient facilities providing Primary and Mental Health Care to eligible Veterans residing within their county and surrounding counties. All work to be closely coordinated with the VA Contracting Officer (CO) and Contracting Officer s Representative (COR).
Period of Performance: The Government anticipates a base and four option periods that may be exercised at the discretion of the Government.
SOLICITATION DOCUMENTS: The solicitation documents will be posted at www.fbo.gov on or about June 5, 2017, with quotes due approximately 30 days later. Dissemination of the solicitation is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at www.fbo.gov so that others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. An Offeror's mailing list WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offerors responsibility to register at the www.fob.gov website.
SET-ASIDE INFORMATION: This solicitation will be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The SDVOSB must be a small business under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: http://www.vip.vetbiz.gov, www.sam.gov, Dun & Bradstreet, to name a few, to be eligible for award. Offerors MUST ensure registration in these websites are accurate, complete and have not expired prior to proposal due date. The North American Industrial Classification Standard (NAICS) code assigned to this acquisition is 561720, with a small business size standard of $18 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-10(c) (1), the SDVOSB Contractor or SDVOSB Sub-Contractor is required to perform a minimum of 50% of the contract performance.
SITE VISIT: a one-time only site visit will be scheduled for this service. This information will be in the solicitation package.
SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at www.fbo.gov. Paper copies of the amendment will NOT be individually mailed. By registering to "Watch This Opportunity", you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendment(s) will be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers Offerors should re-visit the website periodically to look for updates.
Questions shall be emailed to rickie.maxwell@va.gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received.
In the subject line of any email sent, identify: VA255-17-Q-0607 Janitorial Services
*** This is not a Request for Quote (RFQ). This is a Pre-Solicitation Notice only. A Solicitation is not available at this time. ***

RICKIE.MAXWELL@VA.GOV

RICKIE.MAXWELL@VA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP