Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
SOURCES SOUGHT

S -- Sources Sought- Janitorial services, supplies, andminor maintenance for the Yuma Community BasedOutpatient Clinic (CBOC)

Notice Date
9/5/2007
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;Contracting Section;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
VA-258-07-RQ-0091
 
Response Due
9/17/2007
 
Archive Date
10/17/2007
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a Sources Sought notice only. This is not a Request for Quotes. Solicitation, specifications or drawings are not available. The tracking number for this announcement is VA-258-07-RI-0090. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding the type of procurement to be utilized to obtain the services. This Market Survey is to identify potential Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) sources that possess the expertise, capability, and experience to provide janitorial services and/or minor maintenance services for the Southern AZ VA Health Care Systems (SAVAHCS), Yuma Community Based Outpatient Clinic (CBOC), 2555 Gila Ridge Road, Yuma, AZ 85365, in Bureau of Land Management Building, South of I- 8, West of S 3E Avenue. Contractor will be required to provide all labor, materials, supplies, equipment, transportation, and supervision necessary to provide janitorial and/or minor maintenance services for the interior space (approximately 3,925 sq. ft) at the VA Clinic. Minor Maintenance includes tasks such as repairing minor leaks, unclogging drains, utilizing a standard closet hand augur and/or a rubber plunger. As needed replace: lamps/bulbs and diffusers, outlet and switch cover plates, batteries in electric door openers, mounting items to the wall such as pictures, artwork, clocks, calendars, bulletin boards and plaques. Maintain doors in good operating condition, to include tightening hardware and door armor, and replacement of door bumpers. Wall Surfaces: repair damage to all wall surfaces up to 16 square inches, with blending into existing finishes up to 144 square inches. May involve painting the wall, if necessary, but could be wallpaper or wainscot. Miscellaneous tasks include: keeping wall and ceiling items securely fastened, to include, but not be limited to cove base, corner guards, door bumpers, sinks, toilets, mirrors, bathroom stall partitions, toilet paper dispensers, paper towel dispensers, glove box holders, waterless hand wash dispensers, liquid soap dispensers, cubicle curtain tracks and window coverings. The North American Industry Classification System (NAICS) code is 561720, and the Small Business Size Standard is $15M. All interested parties shall ensure current registration in the Central Contractor Registration (CCR) system (www.ccr.gov), and VETS 100 registration system (http://vets100.cudenver.edu/vets100.asp) and www.vip.VetBiz.gov in order to receive an award. You are strongly encouraged to complete your Representations and Certifications on line at: (https://orca.bpn.gov). All eligible firms responding to this Sources Sought must ensure their response is complete and sufficiently detailed to allow the government to determine the firms' qualifications to perform this requirement. The firm must have experience in providing the same or similar services. The minimum level of acceptable experience required is 24 months within the previous 36 months. Interested firms must provide the following information: Company Name, Address, Point of Contact, Telephone and Fax Number, Email Address, Business Size and DUNS Number. Past Performance: List your three most recent contract awards for like or similar work, to include Client's Name, Point of Contact, Phone Number, Description of Services, Dollar Amount, and Period of Performance. This market research does not constitute an invitation for bid or request for proposal and is not to be construed as a commitment by the Government. The Government will not reimburse firms for any cost incurred for their participation in this survey. All responses must be submitted by email to Lillian.Provencio@va.gov; no other method of transmittal will be accepted. All capability statements and questions must be received by September 17, 2007. Telephonic request will not be acceptable.
 
Web Link
Department of Veteran Affairs
(http://www.va.gov/)
 
Place of Performance
Address: Yuma CBOC;in the Bureau of Land Management Building;2555 Gila Ridge Road;Yuma, AZ
Zip Code: 85365
Country: USA
 
Record
SN01395271-W 20070907/070905220857 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.