J041--Kitchen Hood Cleaning
ID: 36C25925Q0174Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Kitchen Hood and Duct Cleaning services at the Fort Harrison VA Medical Center in Montana. The contractor will be responsible for providing all necessary labor, equipment, and materials to perform thorough cleaning every four months, adhering to NFPA 96 and IKECA standards, while ensuring compliance with safety protocols and timely reporting of any deficiencies. This procurement is crucial for maintaining hygiene and safety in kitchen facilities, reflecting the government's commitment to operational excellence in veteran care environments. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 11, 2025, and can contact Contract Specialist Aaron Thurber at aaron.thurber@va.gov or 303-712-5745 for further information.

    Point(s) of Contact
    Aaron ThurberContract Specialist
    (303) 712-5745
    aaron.thurber@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) seeks quotations for Kitchen Hood and Duct Cleaning services at the Fort Harrison VA Medical Center. This solicitation (36C25925Q0174) is categorized as a Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), as defined by NAICS code 561790. Interested contractors must submit offers by February 19, 2025, at 10:00 AM Mountain Time. The contract comprises a base year and four optional renewal years, with performance starting on March 1, 2025, and concluding by February 28, 2029. Quotations should include pricing, a technical approach summary, and details of past performance in similar services. Evaluation criteria will focus on technical capability, price, and past performance, aiming to identify the best value for the government. Potential quoters must also be registered in the System for Award Management (SAM) to qualify for consideration. The procurement emphasizes compliance with various federal regulations and policies, aiming to ensure high standards of performance and accountability in contract execution. The document emphasizes electronic communication for submissions and inquiries, reflecting a modern approach to procurement processes.
    The document pertains to an amendment of a Combined Solicitation for Kitchen Hood and Duct Cleaning services by the Department of Veterans Affairs. The amendment extends the submission deadline for quotations to February 27, 2025, to allow facility managers additional time to address inquiries regarding the solicitation. The acquisition is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and follows FAR guidelines for commercial items. Quotations are requested for services over a five-year period, beginning March 1, 2025. Interested parties must comply with various submission requirements, including registering in the System for Award Management (SAM), providing detailed pricing, describing their technical approach, and including past performance information. Evaluation criteria for the proposals emphasize technical capability, pricing, and past performance, with the potential for awards based on advantages beyond the lowest price. This solicitation reflects the federal government’s commitment to supporting veteran-owned businesses and ensuring compliance with acquisition regulations.
    The document outlines an amendment to the solicitation for Kitchen Hood and Duct Cleaning services for the Fort Harrison VA Medical Center, issued by the Department of Veterans Affairs. The amendment extends the proposal deadline to March 11, 2025, and updates the price schedule. Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) are encouraged to respond. Key details regarding the specific cleaning requirements, including the dimensions and types of kitchen hoods, frequency of cleaning, and necessary operational coordination, are provided. Quoters must be registered in the System for Award Management (SAM) and submit offers that include a technical approach, past performance information, and acknowledgment of solicitation amendments. The evaluation criteria focus on technical capabilities, price, and past performance. The document emphasizes compliance with various federal regulations and outlines expectations for documentation and reporting, including before-and-after photos of the cleaning efforts. Overall, this solicitation process enhances service provision for veteran facilities while promoting participation from small businesses.
    The Statement of Work outlines the requirements for a contractor to perform kitchen hood and duct cleaning at the Fort Harrison VA Medical Center in Montana. The contractor must provide all necessary labor, equipment, and materials while ensuring personnel are trained and certified according to NFPA 96 and IKECA standards. Key tasks include the thorough removal of grease and contaminants using various approved cleaning methods, including hot water and steam cleaning. The cleaning process is scheduled to occur every four months, coordinated with facility management to avoid disruption. Safety protocols must be followed, including lockout/tagout procedures for electrical systems and maintaining fire safety systems. After cleaning, the contractor must provide a certificate of service and ensure that all systems returned to normal operation are properly tagged. Compliance with NFPA standards and timely reporting of any identified deficiencies are also required, maintaining high quality and safety standards throughout the process. This RFP is part of the government's effort to maintain safe and compliant environments in its facilities.
    The document outlines a government Request for Proposal (RFP) for Kitchen Hood and Duct Cleaning Services across multiple line items. Each item (0001 to 4001) specifies that the services must be performed in accordance with the Statement of Work (SOW). The contract spans a base period starting March 1, 2025, through March 1, 2029, with four optional extensions to extend service availability until March 1, 2030. Each year requires a quantity of six jobs to be priced under the relevant product/service code (J041), corresponding to the principal NAICS code 561790 for other services to buildings and dwellings. The structure emphasizes a clear timeline of contract terms and quantity requirements, ensuring consistent maintenance of kitchen hoods and ducts across the designated timeframe. The comprehensive cleaning service is vital for compliance with health and safety standards, indicating the government’s commitment to maintaining operational hygiene in facilities.
    This government document outlines a Request for Proposals (RFP) for Kitchen Hood and Duct Cleaning Services, focusing specifically on the "Canteen" and "Dietetics" kitchens. The RFP specifies a series of line items, each representing cleaning services needed at these locations, with identified periods for both base and option years spanning from March 1, 2025, to February 29, 2030. Each line item includes a three-unit quantity measured in job (JB) tasks. The principal North American Industry Classification System (NAICS) code linked to this RFP is 561790, and the Product/Service Code is J041. The document highlights the systematic approach to maintaining kitchen safety and hygiene, emphasizing regulatory compliance and operational efficiency in public facilities. Overall, this document reflects the government's commitment to ensuring cleanliness and safety in communal kitchen spaces, aiming to secure qualified contractor services through formal procurement processes, and adhering to established standards of work.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor. It specifically addresses minimum wage requirements based on recent Executive Orders, notably for contracts awarded on or after January 30, 2022, which mandates a minimum wage of $17.75 per hour. The document details wage rates for various occupations in specific counties in Montana, highlighting roles in administrative support, automotive services, health occupations, and more, along with their corresponding pay rates. Additionally, the document establishes fringe benefits requirements, such as health and welfare benefits, paid sick leave, and vacation time. It notes compliance regulations for contractors, including a conformance process for any unlisted job classifications on contracts. This document serves as a guide for contractors to ensure compliance with federal wage requirements, thereby promoting fair labor standards within government contracts and grants.
    The VA Notice of Limitations on Subcontracting serves as a certification requirement for contractors seeking awards related to services and construction. Under 38 U.S.C. 8127, contractors must ensure that a specified percentage of the contract value is retained for performance by certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For service contracts, no more than 50% of the funds can flow to non-certified firms, while general construction contracts allow for 85%. Special trade construction limits this to 75%. The contractor must present appropriate documentation to the VA to verify compliance, including invoices and subcontract records. Failure to adhere to these regulations could result in serious penalties, including potential criminal prosecution and financial fines. This certification is essential for maintaining fair opportunity for veteran-owned businesses in federal contracting, ensuring that they are not unfairly sidelined. To be eligible for contract awards, the formal certification must be completed, signed, and returned with proposals, as offers lacking this certification will be deemed ineligible.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J041--HVAC duct cleaning services at the Tomah VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide HVAC duct cleaning services at the Tomah VA Medical Center in Wisconsin. The procurement aims to identify sources capable of delivering management, tools, and labor necessary for effective HVAC services, ensuring compliance with specific regulations, particularly for service-disabled veteran-owned small businesses (SDVOSB). These services are vital for maintaining the operational efficiency and air quality within the medical facility. Interested parties are invited to submit a statement of their capabilities and relevant experience by March 12, 2025, to Contracting Officer Aaron Rogers at aaron.rogers1@va.gov or by phone at 414-844-4800 x44352.
    Amendment 1 Inspection and Cleaning of Vent Hood Exhausts and Inspection of Fire Suppression Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection and cleaning of vent hood exhausts and fire suppression systems at Fort Johnson, Louisiana. This contract, designated as a Total Small Business Set-Aside, aims to ensure compliance with NFPA Standards 17A and 96, thereby minimizing fire hazards through regular maintenance and inspections. The total award amount is approximately $47 million, with the contract period extending from March 27, 2025, to March 26, 2028. Interested parties should contact Shannon S. Campbell at shannon.s.campbell.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil for further details and to confirm receipt of the solicitation and any amendments.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    H942--Sources Sought Notice | North Montana VA Fire Alarm and Fire Suppression MITMR
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 19, is seeking potential contractors for fire alarm and fire suppression systems monitoring, inspection, testing, maintenance, and repair services for the Northern Montana Health Care System, located in Fort Harrison, MT. The procurement aims to ensure compliance with national safety standards through comprehensive maintenance and inspection services for approximately 200 fire alarm devices at Fort Harrison and 280 at the Miles City Community Living Center, including adherence to NFPA and Joint Commission requirements. This initiative is crucial for maintaining secure and reliable safety systems within VA healthcare facilities, reflecting the department's commitment to safety and compliance. Interested parties should respond with their company details, including Unique Entity ID and business size classifications, by March 10, 2025, and can contact Contract Specialist Karly Morris at Karly.Morris@va.gov for further information.
    Hines VA Hospital Janitorial Services (2/1/25-1/31/26
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
    S201--Sheridan Sanitization and Housekeeping
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for sanitization and housekeeping services at the Sheridan VA Medical Center in Wyoming. The contract, designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will cover comprehensive Aseptic Custodial Services across approximately 160,524 square feet of facility space, ensuring cleanliness in patient care and administrative areas. This procurement emphasizes the importance of maintaining high sanitation standards in healthcare settings, with a contract period starting on March 22, 2025, for six months, and includes three additional six-month options. Interested vendors must submit their offers by 3 PM (MST) on March 17, 2025, and direct inquiries to Contract Specialist Jason Lawrence at jason.lawrence3@va.gov.
    S299--Window Cleaning Services for VA Southern Nevada Health Care System (VASNHCS)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide semiannual window cleaning services for the VA Southern Nevada Health Care System (VASNHCS). The procurement aims to ensure high-quality cleaning of various facilities, including the main medical center and multiple clinics, adhering to strict safety and quality standards as outlined in the attached draft Statement of Work (SOW). This service is crucial for maintaining a clean and safe environment for patients and staff, reflecting the VA's commitment to facility maintenance. Interested contractors must submit their responses, including company information and capabilities, to Contract Specialist Tim Smith via email by 2:00 P.M. PST on February 5, 2025, with the applicable NAICS code being 561720 and a small business size standard of $22 million.
    FY25 Hood and Duct Cleaning - Scott Air Force Base
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron, is soliciting quotes for a Hood and Duct Cleaning contract at Scott Air Force Base in Illinois, set to span from February 1, 2025, to January 31, 2030. The contract requires the cleaning of grease vapor exhaust systems, including hoods and ducts, to prevent grease accumulation, with inspections mandated every six months and compliance with NFPA 96 standards. This service is critical for maintaining safety and hygiene standards in military cooking facilities, ensuring operational integrity while minimizing disruption to base activities. Interested small businesses must submit their quotes by 10 AM CST on March 19, 2025, and are encouraged to attend a site visit on March 11, 2025, with prior registration required for base access. For further inquiries, contact Nicholas Weiss at nicholas.weiss.5@us.af.mil or 618-256-9288.
    H312--Fire and Smoke Damper Inspection
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for fire and smoke damper inspection services at the Malcolm Randall VA Medical Center in Gainesville, Florida, under solicitation number 36C24825Q0435. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with Joint Commission standards and National Fire Protection Agency guidelines for inspecting, exercising, and documenting fire and smoke dampers. This initiative is crucial for maintaining safety and compliance within VA facilities, ensuring that fire control equipment is regularly inspected and functioning properly. Interested contractors must submit their quotes by March 14, 2025, and are encouraged to contact Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov or 352-214-5135 for further inquiries.
    R428--INDUSTRIAL HYGIENE SERVICES INTENT TO SET ASIDE
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Industrial Hygiene Services, with a specific intent to set aside the contract for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to secure comprehensive environmental consulting services, including assessments of indoor air quality, asbestos, lead, and mold, adhering to the latest industry standards. This initiative underscores the VA's commitment to maintaining safe working environments across its facilities while promoting veteran-owned businesses in federal contracting. Interested vendors must submit their proposals by March 14, 2025, and can contact Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further information. The total expected award amount for this contract is approximately $19 million, with a performance period starting April 1, 2025, and extending through February 28, 2030.