The RFP Database
New business relationships start here

VAMC BUFFALO ONE-TIME DEEP CLEANING CONTRACT


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

Page 7 of 7
COMBINED SYNOPSIS/SOLICITATION ONE TIME DEEP CLEANING SERVICE AT THE BUFFALO VA MEDICAL CENTER
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR part 13 and Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-1146.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1.
(iv) This procurement is being issued as a total service-disabled veteran owned small business set aside. The North American Industry Classification System (NAICS) code is 561720 (Janitorial Services) with a Small Business size standard of $18.0 million.

(v) The Contractor shall provide pricing to provide a one-time deep cleaning service. See Statement of Work Below:

(vi) Description of requirement
STATEMENT OF WORK (SOW)
Contract Title. VAMC Buffalo Deep Cleaning.

Background. Contractor to provide a one-time deep cleaning of entryways, stairwells and elevators, basement cafeteria and Room 36 kitchen, other areas has identified below.

Scope.
Provide all necessary labor, materials, and services required for a one-time deep cleaning service for Lobby and Outpatient entryways, stairwells and elevators at the VA Medical Center, 3495 Bailey Avenue, Buffalo. Vendor shall provide all materials and supplies necessary to complete the work envisioned under this Statement of Work. This work shall include: high gloss waxing of floors, dusting/washing walls, clean stair overhang areas on sides, lights, windowsills, and high dusting. All floors, except carpeted areas, shall be swept, dust mopped, damp mopped, dry buffed, and spray buffed, as needed, to ensure they have a uniform high gloss appearance and free from dirt, debris, dust, scuff marks, heel marks, other stains and discoloration, and other foreign matter. The product used for high gloss shine on floors must last at least a year. Baseboards, corners, and wall/floor edges shall also be cleaned. Grease and grime shall be removed from stair guards, handrails and baseboards.B Cafeteria and kitchen room 36 shall be cleaned to restaurant standards. Contractor shall remove all marks, dirt, smudges, scuffs, and other foreign matter from adjoining stairwell walls/overhangs to provide or maintain a clean, uniform appearance. All overhang areas in stairwells shall be dusted and cleaned. Strip, scrub, seal, and wax floors as necessary to maintain a uniform high gloss appearance. A non-skid wax is required.B A uniform glossy appearance is free of scuff marks, heel marks, wax build-up, and other stains and discoloration. On entrance from the Lobby there is a Starbucks, floors shall be clean in this area, and square footage is included in #4 below. Contractor must provide a schedule of all cleaning supplies to be used for this job for approval by the designated VA POC 72 hours prior to commencement of work.


Vendor shall provide a schedule for cleaning before start of contract. The designated shift is 3rd shift from 12am to 8am; there would be minimal disruption at this time. The vendor shall check in with 3rd shift supervisor on arrival and use a log book for signing in and out. Vendor shall check out with POC at 8am in Room 63.

Types of floor: Stairwells are painted concrete. Service Elevator floors are metal. Passenger elevator floors are VCP floor. Floor on entry from Lobby is concrete, then goes to marble floor tiles to passenger elevators and part way around the circle to service elevator side. Floor outside of service side elevators and part way around circle to passenger elevators is Terrazzo floor tiles. On entry from outpatient entrance there is brick then goes to rubber flooring to sliding doors then Terrazzo floor around to passenger elevators. Requesting that the brick inside outpatient area by doors and small concrete area inside door way of Lobby be finished/sealed as well.

Square Footage: Floor From entry doors at Lobby down to passenger elevators then floor around the circle to service elevators including the concrete area inside the door way. Bailey Lobby: 1,850 sq.ft.

Elevators:
#1,2,3,4,5,8,9,10 = 48 sq.ft. each elevator
#6,7 = 57 sq.ft. each (large elevators on service side)
Outpatient E-wing elevators = 49 sq.ft. each

Outpatient entrance down the hallway around to passenger elevators waling into that circle above 3,879 sq.ft.

Canteen Cafeteria and Kitchen Room 36 = 5,150 sq.ft.

Areas to Clean: All Elevators - Elevators are located at Service side and Passenger side core areas and E-Wing elevators that go from basement to 2nd floor by Outpatient Entrance. Entryways at outpatient entrance and lobby area. Canteen Cafeteria and Canteen Kitchen Room 36, a key will be provided. See below for stairwell areas to clean. A key will be provided for the vendor to sign in and out for the alarmed stairwells.

STAIRWELL NUMBER
WING
FLOORS
COMMENTS
Sq Footage
1
A
BASEMENT TO 10th FLOOR

117 sq.ft./floor =1287
2
A
BASEMENT TO 10th FLOOR

117 sq.ft./floor =1287
3
A
BASEMENT TO 11TH FLOOR

117 sq.ft./floor =1404
4
B
BASEMENT TO 11TH FLOOR

117 sq.ft./floor =1404
7
C
BASEMENT TO 10th FLOOR

117 sq.ft./floor =1287
9
C
BASEMENT TO 11TH FLOOR

117 sq.ft./floor =1404
10
D
FIRST TO 11TH FLOOR

117 sq.ft./floor =1287
11
D
FIRST TO 10th FLOOR

117 sq.ft./floor =1170
12
D
FIRST B TO 10th FLOOR

117 sq.ft./floor =1170
14
C
SUB-BASEMENT BASEMENT

87 sq.ft.
15
C-D
BASEMENT TO 3RD FLOOR
KITCHEN UP TO SPS
115 sq.ft./floor =460
16
C
FIRST FLOOR TO 2ND FLOOR
SURGERY
162 sq.ft.
42
E
BASEMENT TO 3RD FLOOR

135 sq.ft./floor =540
Vendor would have a safety orientation with the Safety Manager before contract starts and go over the alarmed stairwells and other safety concerns.

Vendor shall provide all labor, supplies and materials to complete the work.

Please use this link below to access cleaning instructions for the Terrazzo Floor Tile

http://www.fritztile.com/media/16483/112_careandmaintenance.pdf
Performance Monitoring. Performance monitoring will be conducted by Housekeeping Supervisors who will inform the POC of any discrepancies.
Place of Performance. Location of the work is the VA Medical Center below:

VA Medical Center
3495 Bailey Avenue
Buffalo, NY

Period of Performance: Vendor shall commence work within 15 days from award.
Contracting Office Address:
VISN 2 Network Contracting Office - Canandaigua
400 Fort Hill Ave
Canandaigua, New York 14424
Place of Performance:
Buffalo VA Medical Center
3495 Bailey Ave
Buffalo, NY, 14215-1129

A site visit is encouraged and will take place on September 18, 2017 at 0930 AM EST. Interested vendors are encouraged to meet at the Buffalo VAMC Outpatient Entrance lobby by the volunteer s desk 10-15 minutes prior to above referenced time. RSVP is required 24 hours in advance via email to juan.cobas@va.gov. This will be the only provided site visit.

(vii) Awardee shall coordinate with the VA designated point of contact (POC) prior to performance.

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference:
Solicitation number for this requirement as VA242-17-Q-1146.
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work
Terms of any express warranty
Price
Acknowledgement of any solicitation amendments
Past performance information
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.
Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

The following provisions are included as addenda to FAR 52.212-1:

52.204-16 Commercial and Government Entity Code Reporting (July 2016)
52.204-17 Ownership or Control of Offeror (July 2016)
52.204-20 Predecessor of Offeror (July 2016)
52.204-22 Alternate Line Item Proposal (Jan 2017)
52.216-1 Type of Contract (April 1984)
52.233-2 Service of Protest (SEPT 2006)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.233-70 Protest Content (JAN 2008)
852.233-71 Alternate Protest (JAN 1998)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)



(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
Award shall be made to the contractor, whose quotation offers the Lowest Price Technically Acceptable (LPTA). The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt.
(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:

52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
CL-120 Supplemental Insurance Requirements
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.232-72 Electronic Submission Of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009)


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.

52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV2011)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (APR 2015)
52.222-50, Combating Trafficking in Persons (MAR 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013)
52.222-41, Service Contract Labor Standards (MAY 2014)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).

(xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is attached to this combined synopsis/solicitation

(xiv) N/A

(xv) This is an open-market total service-disabled veteran owned small business set-aside combined synopsis/solicitation for a one time major deep cleaning service at the Upstate New York VA Healthcare System, Buffalo Campus as defined herein.B B The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
The Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 12:00 PM EST, Friday September 22, 2017. The government shall only accept electronic submissions via email, please send all quotations to Juan.Cobas@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Wednesday September 20, 2017 @ 2:00pm EST.

(xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Juan Cobas, Contract Specialist, 585-393-7731; Juan.Cobas@va.gov.

See attached document: P07 WD Erie County.
See attached document: Statement of Work Cleaning Contract

COBAS, JUAN
585-393-7731
JUAN.COBAS@VA.GOV

CONTRACT SPECIALIST

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP