The Department of Veterans Affairs is soliciting bids for Floor Restoration and Maintenance Services through RFQ #36C25925Q0365. The contract, anticipated to be a firm-fixed price, is set for award consideration to Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is due by June 19, 2025, at 4 PM ET. Key deliverables include hard surface restoration, yearly and quarterly maintenance services, with an option for up to four additional maintenance years.
Offerors must submit written questions by June 12, and only emailed quotes will be accepted, adhering strictly to submission guidelines. The selection process will evaluate technical capabilities, compliance certification, past performance, and pricing. Compliance with the Performance Work Statement (PWS) and the avoidance of gray market items are emphasized.
The services will be delivered at the Rocky Mountain Regional VA Medical Center, ensuring a secure, quality-driven approach adhering to federal regulations and standards. Compliance with relevant FAR and VAAR clauses along with SAM registration is mandatory for offer consideration. The overall objective is to enhance facility maintenance and support for the VA's operations.
The document is a Sources Sought Notice issued by the Department of Veterans Affairs for floor restoration and maintenance services at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The purpose of this notice is to conduct market research to identify potential businesses capable of fulfilling these needs, helping to shape future acquisition strategies. Interested firms are requested to provide information about their company, including eligibility for various small business programs under NAICS code 238330, relevant capabilities, and any information necessary for accurate submissions. Responses are required by April 25, 2025. This request aims to evaluate whether to set aside the work for small businesses or proceed with an unrestricted procurement. Notably, submissions should not contain proprietary or sensitive information, and the responses will not lead to further notification of evaluation results. Overall, this notice underscores the VA's intent to gather insights for the procurement process without implying any commitment to future solicitations.
The Performance Work Statement outlines the requirements for a floor sealant restoration and maintenance contract at the Eastern Colorado Health Care System's Rocky Mountain Regional VA Medical Center. The contractor will be responsible for applying protective sealant to approximately 60,644 square feet of flooring and providing quarterly and yearly maintenance services for various high-traffic restroom and kitchen areas. The service includes cleaning, honing, polishing, and grout restoration, employing proprietary materials that ensure a 'like new' appearance. The contract will have a base year with two optional renewal years, executed primarily outside of regular hours to minimize disruption. The contractor must comply with all security protocols and provide ongoing analysis to the Environmental Management Services (EMS) team while also offering strategies for maintaining treated flooring, particularly in context to infection control. Additionally, a 5-year warranty is required for the materials and services provided. This initiative emphasizes maintaining sanitary and visually appealing surfaces in a healthcare facility, highlighting federal commitment to quality and effective service provision.
The Eastern Colorado Health Care System (ECHCS) seeks a contractor for the restoration and maintenance of ceramic tiled flooring and walls at the Rocky Mountain Regional VA Medical Center. The scope includes sanitizing and applying sealants to approximately 60,644 square feet of flooring, with quarterly and yearly maintenance for specific areas. The contractor will ensure surfaces are clean and restore grout to match existing specifications. The contract has a performance duration of one base year with two optional extensions and will be executed under a Firm Fixed Price arrangement. Work hours are mainly scheduled outside peak operating times to minimize disruption.
Additionally, the contractor must comply with federal records management requirements, ensuring proper handling and preservation of federal records created or maintained during contract execution. The contractor is also responsible for providing maintenance services that uphold the flooring's appearance and functionality, along with training for ECHCS staff on proper floor care. This initiative focuses on maintaining a hygienic environment and enhancing the visual condition of high-traffic areas in the medical facility, reflecting the government’s commitment to health care standards and operational efficiency.
The document outlines the VA Notice of Limitations on Subcontracting, specifying compliance requirements for service and construction contracts involving Veteran-Owned Small Businesses (VOSBs) and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). According to 38 U.S.C. 8127(k)(2), contractors must limit their subcontracting, with varying percentages based on contract type: no more than 50% for services, 85% for general construction, and 75% for special trade construction. Any further subcontracting by similarly situated subcontractors is included in these limits. The document emphasizes a legal obligation to provide accurate certification, acknowledging that false statements can lead to criminal and civil penalties. VA may require contractors to furnish documents for compliance verification during and after contract performance. Failure to cooperate with these requirements could lead to remedial actions deemed necessary by the government. This certification must be signed and returned with bid proposals, without which submissions will be disqualified. The overarching goal is to ensure that government contracting opportunities benefit qualified veteran-owned businesses while adhering to regulatory standards.