Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2018 FBO #6010
DOCUMENT

S -- Maintenance of Restroom Odor Control Units | Title | Actionable Package: 3/4/18 | Current Phase: Solicitation | Proposed Posting: 5/7/18 | Proposed Award: 5/18/18 | Comments: 5/4/18 - Re-soliciting, only 1 high bid - Attachment

Notice Date
5/6/2018
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q9165
 
Response Due
5/9/2018
 
Archive Date
6/23/2018
 
Point of Contact
Carlton Lunsford
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 2 Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs (VA), Northport VAMC is currently conducting a market survey for qualified firms capable of providing all labor, supplies, equipment, maintenance, information technology, and supervision necessary to provide Restroom Odor Control Unit to the Northport VAMC described herein. Restroom Odor Control Unit Services include, but are not limited to: STATEMENT OF WORK A. GENERAL INFORMATION 1. Title of Project: Air Defense Super Odor Control 2. Scope of Work: Battery-operated, wall-mounted odor control units installed in patient care areas restrooms, eliminates and provides 24-hour odor control protection. These units dispense fragrance continually. Contract will allow VAMC Northport to rent 100 units, while contractor is responsible for all maintenance, including replacing batteries, refills and broken units. The odor neutralizer and dispensing system must be programmable with 24-hour time-release protection. It must be serviced regularly by a technician. Each unit must cover 6,000 cubic feet of air. A log of all units serviced during each site visit must be submitted to COR. 3. Background: Current wall units are mounted and cannot be replaced without extensive damage and costly repair. This service has been performed at our facility for many years. This contract is a bona fide need for the benefit of patient care. 4. Performance Period: Service is expected to begin on base year 06/01/2018 to 09/30/2018. Afterwards, requesting option years covering 12-month periods for 4 years: Base Year: 06/01/2018 to 09/30/2018 Option year 1: 10/01/2018 to 09/30/2019 Option year 2: 10/01/2019 to 09/30/2020 Option Year 3: 10/01/2020 to 09/30/2021 Option Year 4: 10/01/2021 to 09/30/2022 5. Type of Contract: This is a service contract. Contracting Office Address: VISN 2 Network Acquisition & Logistics James J. Peters VA Medical Center MCC: 10N3/NAL, 130 West Kingsbridge Road, Bronx, New York 10468-3992 Place of Performance: The Veterans Health Administration (VISN 2): VAMC Northport 79 Middleville Road Northport, NY 11768 The North American Industry Classification Systems (NAICS) is 561720. Responses to this notice must be submitted in writing via email to carlton.lunsford@va.gov and must be received not later than May 9, 2018 @ 10:00am EST. No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 561210. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include: 1.             company/individual name, 2.             a service capability statement, 3.             examples of similar facilities for which you have provided services to, 4.             DUNS number, 5.             address, 6.             point of contact, 7.             phone number and 8.             socioeconomic category: (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business or Large Business). Additionally: 1. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). 2. Contractors must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). 3.    Responses to this notice must be submitted in writing via email to carlton.lunsford@va.gov and received not later than May 9, 2018 @ 10:00am EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: carlton.lunsford@va.gov No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9165/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9165 36C24218Q9165.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4281847&FileName=36C24218Q9165-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4281847&FileName=36C24218Q9165-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04912411-W 20180508/180506230037-4ad578cd7cb9e2626e7b295063c0903c (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.