SOURCES SOUGHT
S -- NY Harbor Healthcare System Janitorial Services, 3 Campuses
- Notice Date
- 10/3/2023 3:45:09 AM
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24224Q0017
- Response Due
- 10/13/2023 11:00:00 AM
- Archive Date
- 11/12/2023
- Point of Contact
- Lynn Krakowiak, Contract Specialist, Phone: (716) 862-6385
- E-Mail Address
-
Lynn.Krakowiak@va.gov
(Lynn.Krakowiak@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 3 of 3 This is a SOURCES SOUGHT NOTICE only. This is not a request for formal proposals or quotes. No formal solicitation document exists at this time. This request is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. The NAICS Code is 561720 Janitorial Services, size standard $22 Million. PURPOSE AND OBJECTIVES: The intent of this Sources Sought Notice is to identify potential offerors capable of providing Janitorial Services at the NY Harbor Healthcare System: Manhattan Campus (423 East 23rd Street, New York, NY 10010), Brooklyn Campus (800 Poly Place, Brooklyn, NY 11209), and St. Albans Campus (179-00 Linden Boulevard, Jamaica, NY 11425). The proposed contract action is expected to be a firm fixed-price contract with an anticipated period of performance of 12/17/2023 12/16/2024 with a provision of four (4) option years. PERFORMANCE WORK STATEMENT SUMMARY: The NY Harbor Healthcare System requires janitorial services for the Manhattan (818,247 square feet), Brooklyn (649,652 square feet), and St. Albans (391,929 square feet) campuses. Manhattan campus - 13 full time equivalent (FTE) including 1 supervisor on weekdays and a minimum of 6 FTEs including 1 supervisor on weekends and holidays. The contractor shall maintain a supervisor on site from 3:00pm to 11:30pm, 7 days per week, and phone availability 24/7. Brooklyn campus - 11 full time equivalent (FTE) including 1 supervisor on weekdays and a minimum of 6 FTEs including 1 supervisor on weekends and holidays. The contractor shall maintain a supervisor on site from 3:00pm to 11:30pm, 7 days per week, and phone availability 24/7. St. Albans campus - 11 full time equivalent (FTE) including 1 supervisor on weekdays and a minimum of 6 FTEs including 1 supervisor on weekends and holidays. The contractor shall maintain a supervisor on site from 3:00pm to 11:30pm, 7 days per week, and phone availability 24/7. Contractor shall perform janitorial services in all designated spaces including, but not limited to halls, patient rooms, offices, restrooms, work areas, entrance ways, lobbies, storage areas, elevators, and stairways. The Contractor shall furnish all managerial, administrative, and direct labor personnel that are necessary to accomplish the work in this contract. New York Harbor Healthcare will provide all cleaning supplies and chemicals as well as housekeeping carts. Contractor is responsible for providing janitorial equipment to include but not limited to (hepa filter vacuum cleaners, extractors, buffers, walk behind scrubbers/high speeds, etc.). Contractor will be required to perform Two-Step Cleaning in accordance with Centers for Disease Control (CDC) guidance and upon request from VA staff, the contractor shall perform terminal cleaning to affected areas. RESPONSE: Responses to this Sources Sought Notice should demonstrate the firm's experience in delivering the service listed above, as well as capability of performing these services in the areas listed above. Responses should include the following information: Business name, address, UEI number, business size and Socioeconomic Category (HUBZone, 8(a), Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Small Business, Large Business, etc.), FSS Contract # if applicable, and point of contact to include e-mail address and telephone number. Offerors will be required to be registered in the System for Award Management (www.sam.com) prior to any future offer. Any interested capable parties shall submit their response by email prior to the response date and shall include the information requested herein. Any offeror capable of providing these services shall notify the Contracting Specialist no later than October 13, 2023 2:00pm EST. All responses must be submitted via e-mail to Lynn.Krakowiak@va.gov. Phone calls will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/483b4be908f3404691e1c77f5bfbfdee/view)
- Place of Performance
- Address: Department of Veterans Affairs New York Harbor Healthcare System Manhattan, Brooklyn, St Albans Campuses 423 East 23rd Street, New York 10010
- Zip Code: 10010
- Zip Code: 10010
- Record
- SN06852706-F 20231005/231003230052 (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 |