S201--Kitchen Ceiling Cleaning
ID: 36C26324Q1182Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting quotes for kitchen ceiling cleaning services at the Minneapolis VA Health Care System. The procurement aims to ensure thorough cleaning and disinfecting of ceiling tiles, grids, smoke detectors, and vents within the Nutrition Food Services Department, covering an area of approximately 14,500 square feet. This service is critical for maintaining hygiene standards in a healthcare environment and is set aside for small businesses under the NAICS code 561720, with a size standard of $22 million. Interested contractors must submit their quotes by September 17, 2024, at 12:00 PM Central Time, and can direct technical questions to Contracting Officer Cameron J. Rick at Cameron.Rick@va.gov. The anticipated period of performance for the contract is from September 23, 2024, to October 4, 2024.

    Point(s) of Contact
    Cameron J RickContracting Officer
    Cameron.Rick@va.gov
    Files
    Title
    Posted
    The document is a presolicitation notice from the Department of Veterans Affairs for kitchen ceiling cleaning services at the Minneapolis VA Health Care System. Solicitation number 36C26324Q1182 is issued as a request for quotes (RFQ) under FAR Part 13, with a total Small Business set-aside. Interested contractors must be registered as small businesses in the System for Award Management (SAM) and comply with the NAICS code 561720, which has a size standard of $22 million. The anticipated award will be for a Firm Fixed Price for services rendered from September 23 to October 4, 2024, with quotes due by September 17, 2024. Technical inquiries should be directed to the contract specialist, Cameron Rick, by email before September 11, 2024. The requirement emphasizes the importance of responding promptly and ensuring the complete submission of quotes, demonstrating the VA's commitment to maintaining their facilities and generating opportunities for small businesses in the contracting process.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for kitchen ceiling cleaning services at the Minneapolis VA Medical Center. This service, encompassing 14,500 square feet, involves cleaning and disinfecting ceiling tiles, grids, smoke detectors, and vents within the Nutrition Food Services Department. The contract is set aside for small businesses and requires all work to be completed within 10 business days, from 7 PM to 4 AM, due to operational constraints. Key responsibilities of the contractor include thorough cleaning, proper equipment handling, storage, and submission of quality control plans. The document emphasizes compliance with various Federal Acquisition Regulations (FAR) and mandates electronic submission of payment requests. Secondary details include payment terms, quality standards, and monitoring procedures by a Contracting Officer Technical Representative (COTR). Overall, this RFP serves to ensure that sanitation services meet high standards while adhering to federal regulations, fulfilling an urgent need for maintaining hygiene in critical healthcare settings.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for kitchen ceiling cleaning services at the Minneapolis VA Medical Center. This service, encompassing 14,500 square feet, involves cleaning and disinfecting ceiling tiles, grids, smoke detectors, and vents within the Nutrition Food Services Department. The contract is set aside for small businesses and requires all work to be completed within 10 business days, from 7 PM to 4 AM, due to operational constraints. Key responsibilities of the contractor include thorough cleaning, proper equipment handling, storage, and submission of quality control plans. The document emphasizes compliance with various Federal Acquisition Regulations (FAR) and mandates electronic submission of payment requests. Secondary details include payment terms, quality standards, and monitoring procedures by a Contracting Officer Technical Representative (COTR). Overall, this RFP serves to ensure that sanitation services meet high standards while adhering to federal regulations, fulfilling an urgent need for maintaining hygiene in critical healthcare settings.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically regarding project number 36C26324Q1182. The amendment informs potential bidders of a site visit on September 12, 2024, which is encouraged but not mandatory for submitting bids. The site visit, led by the Contracting Officer Representative (COR), John Hawkinson, will take place at 1:00 PM Central Time. It is highlighted that while bidders can seek clarity on project specifics during the site visit, no photographs of the site are available. Additionally, crucial stipulations regarding cost modifications post-visit are outlined, stressing that no cost increases will be allowed unless unforeseen issues arise. This amendment follows standard government protocols for contract modifications, ensuring transparency and facilitating informed bidding practices among vendors. The document emphasizes the importance of acknowledging the amendment by submission methods detailed in the guidelines.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically for ceiling cleaning services at the Minneapolis VAMC. This amendment addresses vendor inquiries regarding the contract, clarifying that there is no incumbent vendor, the age and material of the ceiling tiles are unknown, and no water stains or mold have been reported. Cleaning logistics are discussed, including access to storage for supplies, the need for careful handling of sprinkler systems and Wi-Fi equipment, and that only EPA-approved cleaning supplies may be used. The amendment specifies that all tasks should not require the removal of ceiling tiles unless necessary for cleaning, and temporary PIV badges are needed for contractor personnel to access the site. The updated deadline for bid submissions is set for September 17, 2024, at 12:00 PM Central Time. This document serves to clarify project requirements and ensure compliance with safety standards for potential contractors bidding on the project.
    The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines mandatory wage requirements for federal contracts based on Executive Orders. For contracts initiated post-January 30, 2022, a minimum wage of $17.20 per hour applies; for contracts awarded between January 1, 2015, and January 29, 2022, the minimum is $12.90 per hour. The document specifies various occupations and corresponding wage rates, predominantly for Minnesota and Wisconsin counties. Notably, fringe benefits, including a mandatory health and welfare benefit of $4.98 per hour, are specified. It then details classification of occupations such as Administrative Support, Automotive Service, and Health Occupations, with additional notes on fringe benefits and applicable protections under related Executive Orders, including paid sick leave provisions. A conformance process is outlined for any unlisted job classification, facilitating wage negotiations under federal contracts. The emphasis is on ensuring compliance with fair wage practices for federal service contracts, enhancing worker protections and ensuring that contractors meet Scheduled minimum wage and benefits regulations effectively. This determination helps guide state and local RFPs for contractors working in these specified jurisdictions.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    5340--Replace Fire Rated Doors - MPLS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified service-disabled veteran-owned small businesses (SDVOSB) to provide fire-rated doors for the Minneapolis VA Health Care System. This procurement, identified by solicitation number 36C26324Q01120, is conducted under Simplified Acquisition Procedures (FAR Part 13) and aims to replace essential fire-rated doors, with a contract period from December 1, 2024, to May 30, 2025. Interested contractors must be registered in the System for Award Management (SAM) and the Vendor Information Page (VIP) at the time of bid submission, ensuring compliance with the NAICS code 332321, which has a size standard of 750 employees. Quotes are due by 1:00 PM on September 27, 2024, and technical inquiries must be submitted by 1:00 PM on September 20, 2024, to the Contract Specialist, Robert Bennett, at robert.bennett8@va.gov. A site visit is scheduled for September 23, 2024, for contractors to inspect the project site.
    A1 - S201--RFQ - Window Washing Services for Medical Center Houston
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for bi-annual window washing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement, designated as RFQ 36C25624Q1483, is specifically set aside for Veteran-Owned Small Businesses (VOSB) and requires contractors to be registered in the System for Award Management (SAM) and certified by the Small Business Administration (SBA). The contract involves cleaning approximately 10,050 exterior windows of a six-story building, adhering to safety and operational standards, with a firm-fixed price agreement expected to commence on October 1, 2024, and options to extend for up to four additional years. Interested vendors must submit their quotes by September 24, 2024, and may schedule a technical site visit on September 18, 2024, by contacting Shasta Britt at shasta.britt@va.gov or 713-794-8609.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    7910-- Scrubbers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small businesses to provide scrubbers for the Fredericksburg Health Care Center located in Fredericksburg, Virginia. This procurement is part of a presolicitation notice indicating that the formal solicitation, identified as number 36C24624Q1407, will be issued around September 18, 2024, with a performance period of 30 days following the receipt of the order. Scrubbers are essential for maintaining cleanliness and hygiene standards within healthcare facilities, underscoring the importance of this acquisition. Interested parties must direct all inquiries and proposals via email to Contract Specialist Jake Puckett at jake.puckett@va.gov, as telephone inquiries will not be accepted. The applicable NAICS Code for this opportunity is 333310, which pertains to Commercial and Service Industry Machinery Manufacturing, with a size standard of 1,000 employees.
    J073--Kitchen Equipment Maintenance and Repair Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a Kitchen Equipment Maintenance and Repair Service Contract at the Alexandria VA Health Care System in Pineville, Louisiana. The contract aims to establish a firm-fixed price for comprehensive maintenance and repair of kitchen equipment, including various appliances such as dishwashers and ovens, with a focus on developing a preventive maintenance service plan and ensuring compliance with manufacturer specifications. This procurement is crucial for maintaining operational efficiency in the VA's food service facilities, reflecting the government's commitment to quality service. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit offers by September 20, 2024, at 1:00 PM CST, and are encouraged to attend a site visit on September 17, 2024, at 10:00 AM; for inquiries, contact T. Miller at t.miller@va.gov or 713-791-1414 x229073.
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for HVAC system services at the Omaha Veterans Affairs Medical Center, specifically under solicitation number 36C26324Q1176. The objective of this procurement is to evaluate, repair, and replace HVAC components to ensure efficient functionality ahead of the winter season, with a focus on air handlers and rooftop units. This project is crucial for maintaining optimal heating and cooling systems, thereby enhancing patient safety and comfort during seasonal changes. Interested small businesses must submit their proposals by September 20, 2024, at 10:00 AM CST, and can direct inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581. The total award amount for this contract is estimated at $19 million.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance Sterile Processing Services, including significant alterations such as demolition, installation of new systems, and compliance with stringent safety and health regulations due to the active medical facility environment. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million. Interested contractors must submit their proposals, including a safety plan and quality management documentation, by the specified deadlines, and can contact Contract Specialist David S. Sterrett at david.sterrett@va.gov for further information.
    J041--FY25: Operating Rooms Ventilation System Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform essential repairs on the ventilation systems of eight Operating Room (OR) Suites at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The contractor will be responsible for identifying and repairing 20% of existing air leakages in the ductwork, as well as conducting Testing, Adjusting, and Balancing (TAB) services to ensure compliance with HVAC design standards and improve air quality and system efficiency. This initiative is critical for maintaining high environmental control standards in healthcare settings, which is vital for patient safety and operational efficiency. Interested small businesses must submit their quotes electronically by September 26, 2024, with the contract period expected to run from October 7, 2024, to November 6, 2024. For further inquiries, contact Wilfredo Perez at wilfredo.perez3@va.gov or call 939-759-6783.
    J045--Airflow Testing Isolation Room PMI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide airflow testing and inspection services for the Phoenix VA Health Care System. This procurement aims to ensure compliance with safety standards across various medical facilities, including isolation rooms and operating rooms, with services expected to commence on October 1, 2024, and extend through September 30, 2025, with options for further extensions. The contract, valued at approximately $19 million, underscores the VA's commitment to maintaining high-quality healthcare services and patient safety through proper ventilation and air quality standards. Interested bidders must submit their offers by September 23, 2024, at 10:00 AM MST, and are encouraged to contact Contract Specialist Felicia Simpson at felicia.simpson@va.gov for further inquiries.
    Q523--Surgical Technologist/Technician Service Scrub Tech
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for On-Site Surgical Technologist/Technician Services at the Minneapolis VA Hospital, specifically under solicitation number 36C26325Q0004. The objective is to secure four Full-Time Equivalent (FTE) surgical technicians to support surgical operations from December 1, 2024, to November 30, 2025, with options to extend for four additional years, reflecting the government's commitment to enhancing healthcare services for veterans. The total award amount for this contract is estimated at $34 million, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the extended deadline of October 9, 2024, at 11:00 AM Central Time. For further inquiries, potential offerors can contact Contracting Specialist Morgan Galer at morgan.galer@va.gov or by phone at 605-585-3908.