The RFP Database
New business relationships start here

36C258-19-AP-2037 / 649-20-1-6076-0020 - Cleaning Contract Prescott (VA-19-00101514)


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

Page 7 of 7
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract.B Requests for a solicitation will not receive a response.B Responses to this sources sought must be in writing.B The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below.B

Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.B

Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

The Veterans Health Administration (VHA) has a requirement at the Northern Arizona VA Medical Center, located at 500 Hwy. 89N, Prescott, AZ, for housekeeping services for the Northern Arizona VA Health Care System (NAVAHCS).
Description of Services Required.
The Environmental Management Services (EMS) at the NAVAHCS requires a company to provide hospital housekeeping services for NAVAHCS newly constructed Buildings 162 and 164. The contractor will be responsible for cleaning and sanitation in these areas in accordance with VA Handbook 7176, USP 797 & 800 and VA Directive 1108.12. The total square footage of the entire area is 24,000 square feet. Each area is required to be cleaned each day Monday-Friday, except holidays, hours are 0700-1530-day shift, and 1500-2330 evenings.

These buildings are located at the Northern Arizona VA Health Care System. (NAVAHCS), 500 Hwy 89 N, Prescott AZ 86313. The Contractor shall provide all labor, supervision, management support, equipment and materials to facilitate cleaning and sanitation. Contractor shall always maintain the facilities identified in accordance with this Performance Work Statement (PWS) and in accordance with acceptable levels of cleanliness that meet Aseptic Cleaning medical industry standards and The Joint Commission. The NAVAHCS facilities will continually present a safe, clean, neat and welcoming appearance to our Veterans, visitors and staff. The contractor shall perform all work in accordance with all applicable laws, regulations, contract standards, manufactures instructions, and this PWS.

The contractor shall understand and utilize appropriate sanitation procedures. Control and monitor to ensure that all sanitation requirements are properly and efficiently addressed.

The contractor shall understand diseases and know the proper chemicals and methods of cleaning.

The contractor shall assist in formulation of sanitation standards and establish effective staffing distribution.

Scope of Work.

The contractor shall have experience in managing and providing Cleaning services to both patient care and non-patient care areas in a healthcare clinic setting.

The contractor shall provide all labor, supervision and management support to facilitate cleaning and disinfection, floor care, infection prevention and safety. All professionals providing services under the terms of this contract will be appropriately certified and possess the skills and experience to perform the services as required in all forms of medical and terminal cleaning including Health Insurance Portability and Accountability Act (HIPPA) certified, Blood Born Pathogen Training and Product Training.

Contractor shall not perform inherently governmental functions. This includes, but is not limited to, determination of agency policy, determination of Federal program priorities for budget requests, direction and control of government employees, selection or non-selection of individuals for Federal Government employment including the interviewing of individuals for employment, approval of position descriptions and performance standards for Federal employees, approving any contractual documents, approval of Federal licensing actions and inspections, and/or determination of budget policy, guidance, and strategy.

General Requirements:

Cleaning Equipment/Materials will be provided by the Prescott VA Environmental Management Services department. Mops and rags used for cleaning must be segregated: one set used for bathrooms and diaper changing stations and a separate set for classrooms, hallways, and lobby. The contractor shall turn-in mops and rags daily cleaning. Mop heads and rags must be changed out when dirty. Sponges will not be used. As a minimum, mop water and disinfectant must be changed after cleaning as necessary to ensure that the area is getting cleaned. Trash, mops, brooms, and cleaning buckets shall be inaccessible to the patients and visitors to the facility.

The services will be performed in accordance with VA policies and procedures and the regulations of the medical staff by-law of the VA facility. This will be provided upon selection.

PROCEDURES:

Sterile Processing Services (SPS)

Housekeeper must be dressed in scrub provided by the facility, hair covering, and shoe covers are required and located for use in this area. Proceed to clean the Sterile Storage area. Remove trash and reline trash can. Perform any periodic cleaning that is required. This area is to be damp mopped utilizing the microfiber flat mop system dedicated to this room. Use an EPA approved germicide or disinfectant, provided by the government. No areas in SPS are to be dust mopped with the exception of restrooms that may be adjacent to but external of the SPS area. Proceed to the processing area. Remove trash from this area and reline trash cans. Perform high damp dusting or any other periodic work that is required. Clean the sink using EPA approved germicide/disinfectant. Refill dispensers. Damp mop floors using the microfiber flat mop designated for this area using an EPA approved germicide/disinfectant. Clean the administration office areas. Remove trash and reline trash can. Using your housekeeping cart and flat mop or double bucket mop system damp mop this room. Clean the SPS restrooms. Remove trash and reline the trash can. Spot clean the walls, vents and lights. Refill dispensers as required. Sweep debris from the floor with a broom and dust pan. Clean sink, showers and commode with EPA approved germicide/disinfectant. Damp mop the floors. Clean and return all equipment to Housekeeping Aid Closet (HAC). Place all soiled wiping cloths and mop heads in plastic bags for transport to laundry. Wall washing, and floor work will be scheduled periodically by EMS Supervisor through SPS Chief. This area will be cleaned after normal duty hours.

NOTE: Equipment and supplies used in SPS are not to be used in any other area. Equipment is permanently assigned to SPS and will not be removed except for repairs.

Laboratory

Waste removal, dust mopping, and wet mopping are part of the general cleaning schedule and are accomplished prior to or after the overall cleaning of individual rooms or areas. Put one gallon of water into the plastic pail and add the prescribed amount of EPA-approved germicide/disinfectant. Spot wash walls and windowsills, using general-purpose cleaner and wiping cloths. Wipe dry. Damp-dust doors, woodwork and partitions using the general-purpose cleaner and clean wiping cloth. Wipe dry. Use putty knife to remove any gum, tar, etc., from floors. Vacuum all carpeted areas. Clean drinking fountains and lavatories, using the general-purpose cleaner and clean wiping cloths. Lavatories may require the use of the general-purpose cleaner for hard to remove stains or water spots. Return equipment and unused supplies to proper storage location. Place soiled rags and soiled mops in plastic bags for transport to Laundry.

Pharmacy

Housekeeper(s) will conduct handwashing procedures and don appropriate PPE prior to entering the area. Floor are to be mopped daily, and doorframes cleaned. This occurs 7 days per week including holidays at approximately 10:00 a.m. Remove general (blue), regulated (red), and chemotherapy (yellow) waste. Reline waste receptacles with appropriate plastic bag. Sharps containers are left in the room for EMS sharps/contamo run. Remove soiled linen following soiled linen handling procedure and place in designated receptacles. Dampen a clean, lint free cloth with an EPA approved germicide/ disinfectant and clean all door frames, light switches, and any other high-tough surfaces in room. Mop floor of IV Rooms using standard mopping procedures, including wet floor signage, use of proper cleaning agent, and using a series of slightly overlapping strokes. Allow floor to dry completely to avoid recontamination or fall hazards. Remove signage when dry. Document log after cleaning completed, noting on the form and bringing to the attention of the EMS and Pharmacy supervisor any unusual conditions. On a monthly basis the IV Rooms walls, and lights will also be cleaned.

Rehab Medicine

Trash Collection/Removal/: all trash will be removed from each area daily. Trash bags will be tied up and trash put in appropriate container for disposal. The contractor shall collect and dispose of all trash from these locations to prevent foul odors, or bags leaking or tearing leaving an infection control issue. Trash cans themselves shall be kept clean and free of dirt, stains and debris. The contractor is responsible for replacement of plastic trash bags. The containers will be placed in the basement of the main facility as designated by the COR or designee. Drinking Fountains: drinking fountains will be cleaned to be free of water marks and any other debris or encrustations. The water fountains are to be polished including the orifices and drain, as well as the exterior stainless-steel surfaces. Low water pressure or inoperative drinking fountains will be reported to the COR or designee as discovered. Dusting: the contractor shall dust in responsibility areas. Low dusting includes surfaces within 6 feet of the floor and must be free of dust, lint, cobwebs, and litter. High dusting includes surfaces above 6 feet up to 10 feet. Surfaces could include items such as tables, shelves, bookcases, storage lockers, window sills, hand rails, pictures, clocks, window blinds, ceiling fans, Heating Ventilation and Air Conditioning (HVAC) grills, etc. Interior windows/Interior Glass: all store fronts, including glass in doors, partitions, walls, display cases, and directory boards shall show no traces of film, dirt, smudges, water, or other foreign matter. Stock Facility: the contractor shall ensure facility and restroom supplies are sufficiently stocked so any provided supplies do not run out. Supplies shall be stored in designated areas as decided by the COR. If supplies run out prior to the next service date, the contractor shall refill within two hours of notification. Supplies will be provided by NAVAHCS. Counter Surfaces: all counter surfaces must be wiped down and cleaned. Exceptions to this are surfaces that appear to have employee work visible. If the surface has visible personal work or tools/equipment, the contractor must avoid contact with any appliances that are visible. Clean and Disinfect/Sanitize: all surfaces of sinks, toilets, urinals, lavatories, showers, shower mats, dispensers, plumbing fixtures, mirrors, dispensers, doors, walls, stalls, stall doors, entry doors (including handle, kick plates, ventilation grates, metal guards), and other such surfaces shall be cleaned and disinfected using a germicidal solution. Restrooms shall have a clean scent or no odor at all. Showers, toilets, and urinals will be free of spots, water spots, scale buildup, soap scum, odors, and any deposits. Mirrors shall be clean and have no streaks. Partitions/stalls shall be smudge/stain free. Vents, to include ceiling vents, shall be clean. Restroom sinks, countertops, and fixtures shall be free from water and scale deposits, streaks, and other removable matter. Walls and grout shall be free of all film, spots, and detergent buildup. Restroom supplies shall be checked during cleanings and replenished as needed to maintain an adequate supply at all times. Restroom Floor Care: all floor surfaces shall be maintained by effective routine cleaning. Moveable items shall be tilted or moved to sweep and damp mop underneath. Grout shall be free of dirt, scum, mildew, and residue. The floors may require deep scrub to remove dirt from grout. Stock Restroom Consumable Supplies: supplies shall be stored in designated areas. Contractor shall ensure restrooms are stocked sufficiently so any provided supplies including toilet tissue, paper towels, and hand soap do not run out. If supplies run out prior to the next service date, the contractor shall refill within two hours of notification. Supplies will be provided by NAVAHCS. Restroom Trash Removal: the contractor shall empty all trash containers in restrooms and locker rooms. The contractor shall dispose of all trash and clean trash containers, inside and out, and return containers to their original locations. The contractor shall replace any obviously soiled or torn plastic trash can liners. Trash receptacles shall be left clean, free of foreign matter and free of odors.

General Cleaning/Supply Chain Management

Trash Collection/Removal/: all trash will be removed from each area daily. Trash bags will be tied up and trash put in appropriate container for disposal. The contractor shall collect and dispose of all trash from these locations to prevent foul odors, or bags leaking or tearing leaving an infection control issue. Trash cans themselves shall be kept clean and free of dirt, stains and debris. The contractor is responsible for replacement of plastic trash bags. The containers will be placed in the basement of the main facility as designated by the COR or designee. Drinking Fountains: drinking fountains will be cleaned to be free of water marks and any other debris or encrustations. The water fountains are to be polished including the orifices and drain, as well as the exterior stainless-steel surfaces. Low water pressure or inoperative drinking fountains will be reported to the COR or designee as discovered. Dusting: the contractor shall dust in responsibility areas. Low dusting includes surfaces within 6 feet of the floor and must be free of dust, lint, cobwebs, and litter. High dusting includes surfaces above 6 feet up to 10 feet. Surfaces could include items such as tables, shelves, bookcases, storage lockers, window sills, hand rails, pictures, clocks, window blinds, ceiling fans, Heating Ventilation and Air Conditioning (HVAC) grills, etc. Interior windows/Interior Glass: all store fronts, including glass in doors, partitions, walls, display cases, and directory boards shall show no traces of film, dirt, smudges, water, or other foreign matter. Stock Facility: the contractor shall ensure facility and restroom supplies are sufficiently stocked so any provided supplies do not run out. Supplies shall be stored in designated areas as decided by the COR. If supplies run out prior to the next service date, the contractor shall refill within two hours of notification. Supplies will be provided by NAVAHCS. Counter Surfaces: all counter surfaces must be wiped down and cleaned. Exceptions to this are surfaces that appear to have employee work visible. If the surface has visible personal work or tools/equipment, the contractor must avoid contact with any appliances that are visible. Clean and Disinfect/Sanitize: all surfaces of sinks, toilets, urinals, lavatories, showers, shower mats, dispensers, plumbing fixtures, mirrors, dispensers, doors, walls, stalls, stall doors, entry doors (including handle, kick plates, ventilation grates, metal guards), and other such surfaces shall be cleaned and disinfected using a germicidal solution. Restrooms shall have a clean scent or no odor at all. Showers, toilets, and urinals will be free of spots, water spots, scale buildup, soap scum, odors, and any deposits. Mirrors shall be clean and have no streaks. Partitions/stalls shall be smudge/stain free. Vents, to include ceiling vents, shall be clean. Restroom sinks, countertops, and fixtures shall be free from water and scale deposits, streaks, and other removable matter. Walls and grout shall be free of all film, spots, and detergent buildup. Restroom supplies shall be checked during cleanings and replenished as needed to maintain an adequate supply at all times. Restroom Floor Care: all floor surfaces shall be maintained by effective routine cleaning. Moveable items shall be tilted or moved to sweep and damp mop underneath. Grout shall be free of dirt, scum, mildew, and residue. The floors may require deep scrub to remove dirt from grout. Stock Restroom Consumable Supplies: supplies shall be stored in designated areas. Contractor shall ensure restrooms are stocked sufficiently so any provided supplies including toilet tissue, paper towels, and hand soap do not run out. If supplies run out prior to the next service date, the contractor shall refill within two hours of notification. Supplies will be provided by NAVAHCS. Restroom Trash Removal: the contractor shall empty all trash containers in restrooms and locker rooms. The contractor shall dispose of all trash and clean trash containers, inside and out, and return containers to their original locations. The contractor shall replace any obviously soiled or torn plastic trash can liners. Trash receptacles shall be left clean, free of foreign matter and free of odors.

IMMUNIZATIONS: the contractor shall ensure that all contractor employees assigned to perform work under this contract are free of communicable diseases, to include tuberculosis, prior to entering VA facilities. All contract employees shall have the following immunizations required by Immunizations and Chemoprophylaxis prior to an employee being allowed to perform work under this contract. The contractor shall provide certification that all of its employees meet the above conditions. Any required immunizations will be at the contractor s expense.

Mumps
Measles
Tuberculosis Skin Test
Rubella
Tetanus
Polio
Diphtheria


CERTIFICATIONS AND TRAINING REQUIREMENTS: the contractor shall ensure all personnel performing work under this contract are trained and certified in all forms of cleaning. All personnel performing work under this contract will need documentation showing they have had a minimum of 1 day of training/working in a non-patient care area of a medical facility. The contractor shall also have a training program that covers all aspects of the scope of work and shall comply with federal, state, local, and OSHA requirements. A copy of the training program shall be provided to the contracting officer with the technical proposal. The contractor shall have a documented history of five (5) consecutive years of experience, in the same hospital non-patient and patient care areas. Cleaning of business office areas will also meet this requirement. The contractor must have liability insurance with Northern Arizona VA Health Care System listed as additionally insured (minimum $500,000.00) and Workers Compensation Insurance. The contractor shall provide a training plan as it relates to the above requirements.
Vendor shall be an OEM, authorized dealer, authorized distributor or authorized (or certified) reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM, if applicable.B All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.B Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor toB replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.B

Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 561720 Janitorial Services ($18.0M Average Annual Receipts).

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.

All interested Offerors should submit information by e-mail to william.cook2@va.gov. All information submissions shall be received no later than 12:00 PM Mountain Standard Time on Monday, November 4, 2019. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.

William T. Cook
Contract Specialist

william.cook2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP