Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2020 SAM #6953
SOURCES SOUGHT

S -- Sources Sought for VISN-04 Window Washing Services

Notice Date
12/10/2020 5:43:31 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0155
 
Response Due
12/29/2020 7:00:00 AM
 
Archive Date
01/28/2021
 
Point of Contact
Bradley Fasnacht, Bradley Fasnacht | Contract Specialist, Phone: 717-228-5959
 
E-Mail Address
Bradley.Fasnacht2@va.gov
(Bradley.Fasnacht2@va.gov)
 
Awardee
null
 
Description
Sources Sought Note: This notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This notice serves as a Sources Sought in support of market research and/or planning purposes only and does not constitute a solicitation. This notice is not a confirmation that the Government will contract for the items or services contained in the sources sought, nor is any commitment on the part of the Government to award a contract implied. This notice does NOT constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The Government shall not pay and/or reimburse respondents and/or associates for any costs incurred to submit the requested information. All information received in response to this sources sought that is marked Proprietary will be handled accordingly. In accordance with FAR 15.201(c), response to this sources sought is not offers and cannot be accepted by the Government to form a binding contract. The purpose of this sources sought is to seek capable and responsible sources interested in performing this service.  Responses will assist the Government with developing its acquisition strategy to include socio-economic set-asides.  If you believe there are ambiguities in the draft Performance Work Statement, please identify them.  Note that the Government will not answer questions about this requirement at this time.  Please answer the questions below, send your brief capability narrative and draft SOW feedback, if ambiguities exist, to Contract Specialist Mr. Bradley Fasnacht at bradley.fasnacht2@va.gov no later than 10:00 AM E.S.T. 29 December 2020. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 561210 Facilities Support Services Suggested PSC: S201 Housekeeping- Custodial Janitorial Open to suggestions from the market as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories. If you are interested, please e-mail the following information: Company Name. Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Do you currently hold a government contract? Contract Number? Type of contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service for the listed Department of Veterans Affairs locations? If you can not service all 9 site locations, what locations can you service? What NAIC and PSC code do you use for this service? How do you invoice for this service, including rates? What Certifications, State and/or Federal, if any must you have to perform this service? Please confirm that your firm s contract performance would be in compliance with the Limitations on Subcontracting as required by 13 CFR 125.6 and VAAR 852.219-74. Please indicate in which clause your performance would be in compliance with: VAAR 852.219-10, VAAR 852.219-11, or FAR 52.219-14. (attached) Please list all of your concerns, questions and ambiguities below. Questions will not be addressed directly but will be used by the Government in the event that this Sources Sought would move forward to solicitation. Please provide a technical capability statement addressing how your firm would meet the requirement in the PWS. Would your company feel comfortable providing a quote without a site-visit? If not, what could the Government provide to further help you provide a quote in the event that stations do not allow a site visit due to COVID-19 and individual site restrictions? PERFORMANCE WORK STATEMENT (PWS) VISN 04 Window and Glass Cleaning Service Part 1 General Information GENERAL: This is a non-personnel services contract to provide Window and Glass Cleaning Service. The Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers will be accountable solely to the Contractor who, in turn is responsible to the Government. Description of Services: The contractor must provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Window and Glass Cleaning Service as defined in this Performance Work Statement. The contractor must perform to the standards in this contract. Background: The Veterans Integrated Service Network 04 (VISN-04) is comprised of nine Veterans Administration Medical Centers. Historically some of the facilities have operated under individual contracts. VISN-04 plans to utilize a single Firm Fixed Priced, five-year Indefinite Delivery Indefinite Quantity contract allowing for the nine sites to replace the individual site contracts. Objectives: Window, Glass Cleaning Service Availability for use by the nine VISN-04 sites Scope: Window and Glass Cleaning Service. Sites See Section 1.6.6 Period of Performance: Firm Fixed Priced, five-year Indefinite Delivery Indefinite Quantity contract The Period of Performance reads as follows: Year 1 (POP TBD) Year 2 (POP TBD) Year 3 (POP TBD) Year 4 (POP TBD) Year 5 (POP TBD) General Information: Quality Control: (IF USING THIS FORMAT IT WILL BE REQUIRED TO BE APART OF THE EVALUATION PROCESS) The contractor must develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor must develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The QCP is to be delivered with the Contractors quote. Copies of a comprehensive written QCP must be submitted to the Contracting Officer and COR within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor will receive the contracting officer s acceptance in writing of any proposed change to his QC system. The plan must include: A description of the inspection system to cover all required services. The description must include inspection specifics and the title and organizational placement of the inspectors. Additionally, control procedures for any Government-provided keys, passes, badges or lock combinations must be included. A description of the methods to be used for identifying and preventing defects in the quality of service performed. A description of the records to be kept to document inspections and corrective or preventive actions taken. Records: The records of inspections must be kept and made available to the FCOR and CO, when requested, throughout the term of the contract and for the period after contract completion until final settlement of any claims under the contract. The Contractor is responsible for creating, maintaining, and disposing of Government required records cited in this PWS, in other sections of the contract, or within incorporated contract clauses. Quality Assurance: The government will evaluate the contractor s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). The FCOR will record all surveillance observations and at times when defective performance is observed will make known the defective performance to the vendor s Facility Manager or acting alternate. Government surveillance of tasks not listed in the PRS or by methods other than those listed in the PRS, may occur during the performance period of the contract. Recognized Holidays: Contractor may perform services on any of the below Federal holidays if approved first by the FCOR for the specific location. New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day Hours of Operation: The cleaning services should generally occur between 0700 1700 Monday through Friday, excluding Federal Holidays. These hours may be modified by the facility. The FCOR will provide such modifications to Contractor Facility Manager. Any service performed outside of 0700 1700 must be identified by the Contractor and approved in advance of service by the applicable FCOR. Contractor services will not be required on weekends unless specified in issued TOs or in subsequent sections of this PWS. Contractor may perform services on the weekends if approved in advance by the applicable FCOR. Exceptions to the agreed upon hours of operation: Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor must keep in mind that the stability and continuity of the workforce are essential. Place of Performance: The work to be performed under this contract will be performed at the following facilities as needed: 503-Altoona James E. Van Zandt Veterans Affairs Medical Center 2907 Pleasant Valley Road Altoona, PA 16602-4305 BLAIR COUNTY 529-Butler: VA Butler Health Care System 353 North Duffy Road Butler, PA 16001-1138 BUTLER COUNTY 542-Coatesville Coatesville Veterans Affairs Medical Center 1400 Blackhorse Hill Road Coatesville, PA 19320-2040 CHESTER COUNTY 562-Erie Erie Veterans Affairs Medical Center 135 East 38th Street Erie, PA 16504-1559 ERIE COUNTY 595-Lebanon Lebanon Veterans Affairs Medical Center 1700 South Lincoln Ave Lebanon, PA 17042-7529 LEBANON COUNTY 642-Philadelphia Corporal Michael J Crescenz Veterans Affairs Medical Center 3900 Woodland Ave Philadelphia, PA 19104-4551 PHILADELPHIA COUNTY 646-Pittsburgh VA Healthcare System University Drive Campus University Drive Pittsburgh, PA 15240-1000 ALLEGHENY COUNTY H.J. Heinz Campus 1010 Delafield Road Pittsburgh, PA 15215-1802 ALLEGHENY COUNTY 693-Wilkes-Barre Wilkes-Barre Veterans Affairs Medical Center 1111 East End Blvd Wilkes-Barre, PA 18711-0030 LUZERNE COUNTY 460-Wilmington Wilmington Veterans Affairs Medical Center 1601 Kirkwood Highway Wilmington, DE 19805-4907 NEW CASTLE COUNTY Page 1 of Page 1 of The Government does guaranty that all locations will place an order against this Contract. Insurance: The Government requires insurance according to the incorporated Clause 52.228-5 (Insurance Work on a Government Installation) Physical Security: The contractor will be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials must be secured. The Contractor is liable for any Contractor caused damage to Government property. Access Control: The contractor must adhere to the following: Each facility will determine accessibility to restricted areas. Access to restricted areas must be coordinated with the FCOR and may require Government provided escort. The Contractor must establish and implement methods of ensuring all keys, access badges, access passes, and lock combinations issued to the Contractor are not lost or misplaced and are not used by unauthorized persons. The Contractor will not duplicate any keys, access badges, or access passes issued by the Government. The Contractor must immediately notify the FCOR or CO any occurrences of lost or duplicated keys, access badges, and/or access passes. Additional parties may require notification (e.g. facility police, safety office, etcetera) as identified by the FCOR. The Contractor must prohibit the use of issued keys, access badges, access passes, and lock combinations by any person(s) other than the Contractor s employees. Opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in contract performance is prohibited. Accessed restricted areas must be secured and locked at conclusion of work. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action must be taken to resolve outstanding issues. These meetings will be at no additional cost to the government. Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Facility Contracting Officer Representative (FCOR): The (FCOR) will be identified by separate letter. The FCOR monitors all technical aspects of the contract and assists in contract administration on the individual facility level. The FCOR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies the COR and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the FCOR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the FCOR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The FCOR is not authorized to change any of the terms and conditions of the resulting order. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contractor personnel must present a neat appearance and wear an employee uniform and don a Contractor issued employee badge indicating: 1) Name of employee, 2) Contractor name, and 3) Employee photograph. Pass and badge requirements may vary amongst the VISN 04 facilities. To ensure compliance, the Contractor must obtain facility requirements prior to work commencement from the FCOR. PHASE IN /PHASE OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor must have personnel on board, during the TBD phase in/ phase out periods. During the phase in period, the Contractor must become familiar with performance requirements in order to commence full performance of services on the contract start date. Contractor Personnel: Project Manager and Facility Managers: The Contractor must provide a Project Manager and Facility Managers who are responsible for the performance of the work. The Contractor must also provide alternates for the Project Manager and Facility Managers during absences. The names and contact information of these individuals must be designated in writing to the CO prior to contract award. Each participating VISN-04 VAMC requires an assigned Facility Manager and alternate(s). The Project Manager and Facility Managers or alternate(s) must have full authority to act for the Contractor on all contract matters. The Facility Manager or alternate must be on-site, at the applicable facility, and reachable via cell phone during times Contractor employees are performing contract work and must be available to meet with the FCOR, when requested, within 30 minutes. A cell phone contact number must be provided to the FCOR prior to contract work commencement. The Project Manager and Facility Managers or alternate(s) must be able to read, write, speak, and understand English. Contractor Employees: The Contractor must not employ persons for work on this contract if such employee is considered by the CO or FCOR to be a potential threat to the facility s operational mission or the health, safety, security, general well-being of the VISN04 VAMC s employees and facility population. Contractor must comply with the applicable facility s Infection Control Policy, Tuberculosis Surveillance Policy, and Infectious Disease Policy. Guidance and policy requirements will be provided by the FCOR and the facility s Infection Prevention and Control Office. Costs incurred to establish and maintain Contractor compliance will be borne by the Contractor. Contractor employees also employed by the U. S. Government must be identified. A list of such individuals must be presented to the FCOR prior to work commencement. The list must include: 1) name of employee, 2) address of employee, 3) contact telephone number of employee, 4) position the employee holds with the Contractor, and 5) agency and position the employee holds with the U. S. Government. The FCOR and the CO will determine if the employee(s) is granted approval to perform work under the contract. Employee Training: The Contractor is responsible for providing personnel of an adequate skill and educational level. Personnel must maintain their skill and education levels throughout contract life. Personnel selected by the Contractor must have the necessary education and training to perform the requirements of the contract prior to reporting to work under the contract. Safety: The Contractor must perform all work in a safe manner, ensuring the protection of Contractor employees and facility population. The Contractor must comply with all applicable VA, VHA, VISN04 VAMC, Federal, State, and Local Municipality directives, standards, ordinances, laws, and regulations to include but not limited to OSHA, IWCA, and IWCA Alliance directives, standards, laws, regulations, and guides. The Contractor must coordinate with the FCOR a site visit at each VISN04 VAMC prior to work commencement. The visit will familiarize Contractor with the facility and offer opportunity for the FCOR to provide the facility s guidelines and policies. It will also afford opportunity to identify and mitigate any site-specific hazards or obstacles. The Contractor must adhere to site-specific requirements (e.g. check-in check-out procedures, site parking restrictions, etcetera) provided by the FCOR. Prior to work commencement, the Contractor must verify, with the FCOR, whether the cleaning solutions, compounds, and/or chemicals the Contractor intends to use are permitted. The Contractor must provide the FCOR any requested SDS. Contractor employees performing the cleaning services must be IWCA certified in any multiple of the following IWCA certifications: 1) Certified Commercial Ground, 2) Certified Rope Descent Systems, and 3) Certified Suspended Scaffolds. Equivalent certifications bestowed by organizations other than IWCA may be substituted with CO and FCOR approval. An employee s certification must be congruent with work performed. Contractor must provide proof of employee certification within three business days when requested by the FCOR. The FCOR reserves the right to stop work if unsafe practices are observed. The Contractor must make corrections prior to work resumption at no cost to the Government. At no time may a Contractor employee use VAMC furniture, windowsills, or equipment as substitute stools or ladders. PART 2 DEFINITIONS & ACRONYMS DEFINITIONS AND ACRONYMS: Acronyms: Following are acronyms which may be used in place of full text throughout this Performance Work Statement: AQL Acceptable Quality Level CAP Corrective Action Plan CC Cleaning Cycle CCE Cleaning Cycle Evaluation CLIN Contract Line Item Number CO Contracting Officer CPARS Contractor Performance Assessment Reporting System CPR Contract Performance Report EMS Environmental Management Services FAR Federal Acquisition Regulation FCOR Facility Contracting Officer Representative GFM Government Furnished Materials GFP Government Furnished Property GFS Government Furnished Services IDIQ Indefinite Delivery Indefinite Quantity IWCA International Window Cleaning Association (www.iwca.org) OSHA Occupational Safety and Health Administration POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QASP Quality Assurance Surveillance Plan QCP Quality Control Plan SDS Safety Data Sheet TO Task Order VA Department of Veterans Affairs VAMC Veterans Administration Medical Center VCOR VISN04 Contracting Officer Representative VHA Veterans Health Administration VISN Veterans Integrated Service Network Definitions: Following are definitions for words or phrases used throughout this PWS: Calendar Days. Every consecutive day on the calendar, including holidays and weekends. Cleaning Cycle. The cleaning cycle is the unit of service to be acquired by the Government. The CC is further defined in Section 5 and Section 6 of this PWS. The Government will acquire cleaning cycle(s) through issued TOs Contractor. A supplier or vendor having a contract to provide specific supplies or service to the Government. The term used in this PWS refers to the prime Contractor Contracting Officer. A person with authority to enter into, administer, and terminate contracts and make related determinations and findings on behalf of the Government. The only individual legally authorized to bind the Government. Quality Assurance. The Government procedures to verify provided Contractor services are performed according to acceptable standards. Quality Control. All measures taken by the Contractor to assure the quality of services provided meets contract requirements. QASP. A written document specifying the methodology to be used to surveil Contractor performance. Task Order. An order for services placed against this established IDIQ Window Cleaning Service contract. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICE GOVERNMENT FURNISHED ITEMS AND SERVICES: Government Furnished Property. The Government will not provide GFP under this contract. Government Furnished Materials. The Government will not provide GFM under this contract. Government Furnished Services. The Government will furnish limited utility services, i.e., electric and water. Contractor owned equipment requiring electrical service must be 120volt AC compatible. Water will be available for the filling and re-filling of buckets, spray bottles and other containers needed during the cleaning process. The Contractor must ensure all Contractor employees use methods to conserve utilities. Lights must be turned off when no longer required in work areas. Contractor employees must not adjust controls for heating, ventilation, air conditioning, or any other environmental systems. Water faucets or valves must be turned fully closed when no longer in use. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: Except for Government furnished property and services, as specified in Section 3 of this PWS, the Contractor must provide all property, equipment, apparatus, materials, supplies, safety equipment, and services required to ensure all contract terms are met. The Government reserves the right to have removed from the work site any Contractor equipment or apparatus not meeting standards expressed in Section 1.74 of this PWS. PART 5 SPECIFIC TASKS SPECIFIC TASKS: Task: The Contractor must provide all labor, material, equipment, apparatus, maintenance, repair, supplies, transportation, management, expertise and supervision necessary to perform the requirements of this service contract. In executing the requirements of this PWS, the Contractor must satisfy the performance requirements included in this PWS and the requirements set forth in the PRS located in Section 6.1 of this PWS. Any window or door open during cleaning process must be closed and locked (if applicable) at completion. Contractor must be capable of conducting simultaneous, contract compliant, cleaning operations at any combination of four VISN 04 VAMCs Window, Glass, and Panel surfaces: The quantity and location of window, glass, and panel surfaces are estimated in Section 5.5 of this PWS. The FCOR will provide clarification during pre-award site-visit. Window, glass, and panel surfaces include but are not limited to: Windows Glass in doors Glass ventilators and /or transoms Blanks Fiberglass panels All surfaces must be cleaned and free of streaks, smears, soap residue, dirt, paint specs, or other foreign debris. Following the cleaning, the cleaning solutions, compounds and chemicals used in the cleaning process must be wiped and absorbed; the window, frame, sills, screens, tracks and floor in the work area must be made dry. Any items, furniture, equipment, etcetera, moved to allow for cleaning purposes must be returned to the original location and be wiped dry of any cleaning solutions, compounds and chemicals. When working in building interiors, opportunity must be given to VAMC staff to clear work areas prior to cleaning. The Contractor will coordinate with the FCOR methods of notification. Window Frames, Sills, Screens, and Window/Screen tracks: The quantity and location of the window frames, sills, screens, and window/screen tracks are estimated in Section 5.5 of this PWS. The FCOR will provide clarification during pre-award site-visit. All frames, sills, screens, tracks, etcetera must be cleaned and free of streaks, stains, soap residue, dirt, paint specs, dust, or other foreign debris. Following the cleaning, the cleaning solutions, compounds and chemicals used in the cleaning process must be wiped and absorbed; the window, frame, sills, screens, tracks and floor in the work area must be made dry. Any screens or components removed for cleaning purposes must be reinstalled after completion. Any items, furniture, equipment, etcetera, moved to allow for cleaning purposes must be returned to the original location and be wiped dry of any cleaning solutions, compounds and chemicals. When working in building interiors, opportunity must be given to VAMC staff to clear work areas prior to cleaning. The Contractor will coordinate with the FCOR methods of notification. Additional Services: Condition Report. During the cleaning process, the Contractor must evaluate the condition of the windows, panels, glass, frames, sills, screens, etcetera. The following or similar conditions must be reported to the FCOR: Screen tears or holes Cracked or broken windows, panes, panels Damaged or torn window seals Inoperable windows Any other conditions considered poor or in need of repair The report must be in Word or PDF format and, at a minimum, must include the reportable condition, the location (building room number), the date discovered and the name of the Contractor employee making the observation. The report is due at the conclusion of a CC unless the Contractor determines the condition presents a safety concern; it must then be reported immediately to the FCOR. Cleaning Cycle Schedule: Prior to the start of a CC the Contractor must present to the FCOR a Cleaning Cycle Schedule. The schedule must identify locations (e.g., rooms, floors, wings, etcetera) and the anticipated date cleaning will occur in those locations. As schedule deviations occur, they must be reported to the FCOR. The FCOR will define the report format. Post Cleaning Report: During a CC, Post Cleaning Reports must be presented to the FCOR. The Post Cleaning Reports will identify locations recently cleaned. The FCOR will determine the frequency the reports are required (daily, weekly, etcetera) andwill define the report format. VISN 04 VAMC Requirements: Facility requirements follow in Sections 5.5.1 through 5.5.9 of this PWS. The requirements identified in each table must be worked as an independent project, be completed in entirety, and hereinafter will be referred to as a Cleaning Cycle. The window counts, in Sections 5.5.1 through 5.5.9 of this PWS, are estimates and the window sizes vary. The pre-award site visits are crucial and will provide Contractor opportunity to evaluate and appraise the site requirements. James E. Van Zandt Veterans Affairs Medical Center (Altoona): At this time Altoona VAMC will not be participating; however, within the term of the contract Altoona VAMC may elect to participate. At that time, Altoona VAMC will provide CC tables. Pricing will be negotiated with CO. VA Butler Health Care System: CC 1A Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient area 2 1st floor Yes Yes 159 Varies 2 Story No 2 2nd floor Yes Yes 157 Varies 2 Story No 20 Yes Yes 868 Varies 1 Story Yes 21 Yes Yes 129 Varies 1 Story No 22 Yes Yes 78 Varies 2 Story Yes 23 Yes Yes 106 Varies 2 Story Yes 24 Yes Yes 106 Varies 2 Story Yes 25 Yes Yes 62 Varies 1 Story Yes CC 1B Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 2 Entrance Yes Yes Varies 2 Story No 20 Entrance Yes Yes Varies 1 Story Yes CC 1C Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 2 20 Tunnel Yes Yes 10 Varies 1 Story No Suspended scaffolds and rope descents from the roof top are not permitted at the Butler campus. FCOR will provide special safety requirements and lift equipment/apparatus constraints. The exterior windows of assigned buildings must be cleaned regardless of interior accessibility. Building 20 skylights can only be accessed from the rooftop. Coatesville Veterans Affairs Medical Center: CC...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8400f64992d84743800fce5d0bd603f4/view)
 
Place of Performance
Address: See Performance Work Statment 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN05871644-F 20201212/201210230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.