This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquaition decision and to gain knowledge of potential qualified Service Disabled veteran Owned Small Businesses, Veteran Owned Small Business, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services
Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.
The Network Contract Office (NCO) 18 is seeking a potential qualified contractor to provide Preventative Maintenance and Repair Service for the Power Equipment in Environmental Management Service at the Phoenix Veterans Hospital.
The Contractor shall be fully responsible for compliance with all VA, local, state, and Federal environmental/occupational safety laws, rules and regulations. The Contractor shall follow life and safety codes, and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The Contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working processes. All work for the duration of the contract shall be performed by certified trained technicians.
Equipment and Systems:
Description Manufacture Quantity Make/Model Number Location
Rotary Sweeper Tennant 1 S-30 Grounds
Steam Washer 1 3000psi Grounds
Pressure Washer Grainger 1 3500 psi Grounds
Scrubber/Floor Environmental 2 Onyx Grounds
Sweeper/Road Tennant 1 800 Grounds
Floor Burnisher Tennant 13 br-1600-ndc Housekeeping
Floor Burnisher Tennant 2 2550 Housekeeping
Floor Burnisher Tennant 2 B10 Housekeeping
Floor Scrubber Tennant 11 FM-20-DS Housekeeping
Floor Scrubber Tennant 2 T7 Housekeeping
Floor Scrubber Tennant 2 T300E Housekeeping
Floor Scrubber-Dryer Tennant 4 T5 Housekeeping
Floor Scrubber-Dryer Tennant 3 T7 Housekeeping
All Surface Cleaner Tennant 4 ASC-15 Housekeeping
Carpet Spotter Tennant 1 1000 Housekeeping
Floor Burnisher Advance 3 Advolution 20-XP Housekeeping
Pacemaker/Matador Advance 1 AP20 Housekeeping
Advance 1 SD130 Housekeeping
Square Scrubber Advance 3 FM800 REV Housekeeping
Adfinity Advance 1 X20R Housekeeping
Riding Scrubber Advance 1 SC1500 Housekeeping
Floor Scrubber Advance 1 SC800 Housekeeping
Floor Scrubber Advance 1 SC750ST Housekeeping
Spectrum Advance 7 15D Housekeeping
CarpetWin Advance 6 14 Housekeeping
Wet/Dry vacuums Dayton 5 Housekeeping
Auto Scrubber Dayton 2 4NEL4 Housekeeping
Extractor Dayton 2 4NEK6 Housekeeping
Contractor's must be authorized/certified to provide the required service from the manufacturer.
Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is
issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this notice is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance.
Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All
interested Offerors should submit information to contracting Specialist Kevin Culley by e-mail to
[email protected]. All information submissions to be marked Attn: Kevin Culley Contracting Specialist and VA258-17-N-0022 Preventative Maintenance and Repair. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation and/or RFQ will be published.
Bid Protests Not Available