West Virginia Bids > Bid Detail

S299--Facility Window Washing

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159408318217985
Posted Date: Aug 9, 2023
Due Date: Aug 15, 2023
Solicitation No: 36C24523Q1039
Source: https://sam.gov/opp/01feeb4403...
Follow
S299--Facility Window Washing
Active
Contract Opportunity
Notice ID
36C24523Q1039
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
581 HUNTINGTON (00581)(36C581)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 08, 2023 07:22 pm EDT
  • Original Response Date: Aug 15, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S299 - HOUSEKEEPING- OTHER
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Louis A. Johnson Veterans' Clarksburg , WV 26301-4155
    USA
Description
The Louis A. Johnson VA Medical Center is conducting this Sources Sought to identify contractors who possess capabilities to provide the services described in the Statement of Work below.
As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy.
Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted as a result of this sources sought notice.
Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought.
This service will be implemented using the North American Industry Classification System (NAICS) Code 561720.
If a small business is interested in this procurement, they must provide at least 51 percent of the services rendered.
NOTES
All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to jennifer.elkins2@va.gov Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than August 15, 2023 at 3:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice.

DISCLAIMER
This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI.


Statement of Work
1. General intention: It is the general intention of the Louis A. Johnson VAMC located in Clarksburg, WV, to obtain window washing for the following:
BUILDING NUMBER FLOOR NUMBER OF WINDOWS SF OF SKYLIGHTS
1 + Clinical Addition 1 101 0
2 125 723
3 127 0
4 103 0
5 80 0
6 85 0
20 1 55 0
2 11 0
5 1 15 0
2 10 0

*NOTE* The data is for information purposes only, and is intended to furnish the bidder an approximate number of windows, screens and skylights that require cleaning. The successful bidder will be required to clean all windows and screens on buildings identified regardless of the window/screen count.
2. Requirements of contractor.
General: Furnish all labor, supervision, materials, and equipment necessary to accomplish complete window washing services as described herein that identify the buildings and the estimated number of windows that require cleaning. Some windows may require rappelling to be cleaned. The contractor will be required to replace any window units or fixtures damaged during accomplishment of contracted services.
Normal Work Hours: The service schedule will be developed between the contractor and Contracting Officers Representative (COR) prior to any service being performed.
3. Specifications:
1. Cleaning window screens, when present
2. Cleaning windows, inside and outside
3. Cleaning frames, sills, and sashes, inside and outside
4. Replacing screens after cleaning note some screens are screwed in and tools will be required to remove and replace them.
5. Cleaning skylights and curtain wall window panels, inside and outside
6. All cleaning tasks shall be accomplished to meet all standards as follows:
a. Remove all paint, dirt, soil and other substances that may be found on the windows. Screens removed for cleaning must be replaced and securely fastened. Some screens be attached by screws that will require tools to remove.
b. All damages caused by contractor s personnel will be repaired to previously existing condition at contractor s expense.
c. Contractor must follow OSHA guidelines, policies, procedures, and directives, as well as fire and safety regulations of the medical center.
d. Work of the contractor is to be coordinated to prevent conflicts with the treatment of patients and the functioning of the facility. No medical apparatus will be moved without prior approval.
e. The contractor personnel must report to the EMS Administration Office, Bldg. 5, prior to beginning work for each day and shall report back to the office, what was accomplished during the day, before leaving the Medical Center grounds.
f. Contractor personnel must wear VA-issued contractor ID badges while on Medical Center grounds.
g. Contract project manager will submit to the EMS COR, a plan for how the areas and rooms are to be serviced each workday.
h. Contractor is required to re-clean where deficiencies have been noted at no additional expense to the government. Re-cleaning is to be accomplished within five (5) working days of identification. Re-cleaning is required until the deficiency has been corrected. Payment will be withheld until all areas are cleaned to the satisfaction of the VA.
i. All work is to be performed in accordance with the guidelines established by Federal, State and Local ordinances and with contractor s procedures manual and quality control manual.
j. Contractor shall retain a copy of SDS for all chemicals used onsite and provide to the COR, upon request.
4. Scheduling
The contractor shall provide a written work schedule identifying when the work will be accomplished no later than the date identified in this solicitation.
5. Quality Assurance
PERFORMANCE OBJECTIVE PERFORMANC THRESHOLD
All screens & windows will be washed according to VA expectations Contractor will be required to re-clean windows and/or screens not meeting VA s standards.

6. Contractor Personnel Badges and Parking
a. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility.
b. A contractor ID badge will be given to the contractor s employee upon entrance into the VA buildings. The contractor employee must safeguard the ID badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their ID badges. ID badges must be worn at or above the waist, facing forward. The contractor s employees must return the ID badges to the VA Police, or designee, at the end of each day. Badges will be retrieved daily at the beginning of the contractor s shift.
c. The contractor shall be required to comply with all security policies/requirements of the Louis A. Johnson VAMC. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract.
d. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with the COR.
7. Interference to Normal Functions
Contractor may be required to interrupt their work at any time, so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts.
a. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government.
b. Contractor personnel shall inform the COR or designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with the COR or designee.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 1540 SPRINIG VALLEY DRIVE
  • HUNTINGTON , WV 25704
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 08, 2023 07:22 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >