Z1AZ--Tucson New PROPERY MANAGEMENT

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Arizona
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159930997557342
Posted Date: Apr 24, 2023
Due Date: May 3, 2023
Solicitation No: 36C77023Q0254
Source: Members Only
Follow
Z1AZ--Tucson New PROPERY MANAGEMENT
Active
Contract Opportunity
Notice ID
36C77023Q0254
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NATIONAL CMOP OFFICE (36C770)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 24, 2023 05:18 pm CDT
  • Original Response Date: May 03, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1AZ - MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Department of Veterans Affairs SW CMOP Tucson Tucson , AZ 85706
    USA
Description
This is not a Pre-solicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential businesses to include large business sources, small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service-Disabled Veteran Owned Business relative to NAICS Code 561210 Facilities Support Services, with a small business size standard not to exceed $47 million in gross annual receipts.
Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this sources sought announcement, a synopsis and/or solicitation announcement may be published at a later time.
Description of Services:
VETERANS ADMINISTRATION SW CMOP TUCSON
SCOPE OF WORK
PROPERTY MANAGEMENT SERVICES

DESCRIPTION OF SERVICES:
Contractor shall furnish all labor, materials and equipment to perform property management services that include, but not limited to: Locksmith services; Plumbing operations & maintenance (including backflow preventers and double check valves); Electrical services to include: High/low voltage systems and maintenance of exterior and interior electrical and lighting distribution systems; Heating, Refrigeration, ventilation and humidifier maintenance; Fire alarm system preventive maintenance and inspections; Exterior and interior maintenance support training and consulting services; Fire suppression system preventive maintenance and testing; Mechanical and operations maintenance; maintenance of the grounds, central vacuum system, including irrigation systems; Landscaping and trash/recycling services. All equipment, installation materials and workmanship shall meet all current OSHA requirements, all current UPC, NFPA and NEC codes and all other applicable standards and all State and local codes as required.

In summary, services will include but are not limited to the following services:
S1. Electrical systems and equipment including light replacement and UPS trailer maintenance,
battery testing and replacement, infrared scanning, and report.
S2. Lightning protection system.
S3. Mechanical Systems, plumbing, eye wash stations, backflow maintenance/testing, and heating, ventilation, and air conditioning (HVAC) systems and equipment.
S4. Fire protection and life safety systems and equipment e.g., fire extinguishers, etc.
S5. Architectural and structural systems, fixtures, and equipment within the site (to the property lines).
S6. Maintenance of landscaping and exterior trash. Includes seasonal emitter replacement on Spring start-up.
S7. Locks, door hardware, door closers, ADA door openers, electric strike, and mag locks and associated hardware and field wiring up to the access control computer.
S8. Dock levelers, static bollard systems, and safety railings.
S9. Semi-Annual exterior window cleaning.
S10. Monthly Interior and Exterior pest control.
S11. Parking lot sweeping (Monthly), parking lot maintenance (crack seal, patch, striping), and exterior light replacement/inspection.
S12. Power washing of exterior concrete walkways and walls.
S13. Interior floor services including carpet (annual), all tiled services (Semi-annual) and hard surfaces.
S14. Hydro jetting of roof and overflow drains.
S15. Ice machine quarterly maintenance and cleaning.
S16. Handyman services for minor repairs, plumbing issues, lights, etc.
S17. Daily Trash and Weekly Recycling services for Facility (2 8-yard waste dumpsters and 1 4-yard recycling dumpster).
S18. Pallet lift for vertical conveyance

The Contractor Shall:
Be responsible to make the management and operational decisions to meet the quality standards required under this contract, which shall be included in the Contractor s Quality Control Plan (QCP) and Operations and Maintenance (O&M) Plan.
Use innovation, technology and other means and methods to develop and perform the most efficient services for the building.
Implement an effective service call system, that results in prompt, professional, and courteous resolution of tenant concerns.
Keep the Contracting Officer s Representative (COR) and/or Facility Manager informed of status of the work being performed, provide work schedules, and provide other pertinent information needed by the COR.
Reduce the environmental impacts of work performed under this contract by using, to the maximum extent, environmentally sound practices, processes, and products.
Provide training to their employees that will stress stewardship in maintenance practices i.e., use and disposal and recycling of chemicals, dispensing equipment, and packaging.
Ensure their employees/contractors are properly licensed and/or certified to operate necessary building systems or equipment for which licensure and/or certification is required by federal, state, or local law, codes, or ordinances.
Have access to the Government Scissor Lift for routine maintenance if properly licensed.
Provide all documentation of maintenance, tests, and status electronically to the COR and Facility Manager on a monthly basis. The documentation shall be provided by the 10th of the month for all activity in the previous month.

Excluded from this scope are:
1. Security Systems and Cameras.
2. Telecommunication systems.
3. Furnishings (not installed as permanently attached fixtures of the building)
4. Equipment owned by servicing public utilities.
5. Software or software licenses (to include building automation systems (BAS) and CMMS).
6. Janitorial Services

Responses to this notice shall include company name, address, point of contact, contact information to include phone and e-mail address, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions:
Q1) Describe your firm s capability in meeting the needs described above.
A1)
Q2) If you are a small business, will at least 50% of the cost of contract performance incurred for personnel be expended for employees of the concern?
A2)
Q3) Is your business a small business?
A3)
Q4) What is your NAICS Code?
A4)
Q5) Does your firm qualify as a small disadvantaged business?
A5)
Q6) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act?
A6)
Q7) Are you a certified HUBZone firm?
A7)
Q8) Are you a woman-owned or operated business?
A8)
Q9) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business?
A9)
Q10) Is your business a large business?
A10)
This is not request for proposal and in no way obligates the Government to award any contract. Please provide responses in writing no later than May 3, 2023 by 4:00 p.m. CST to: Christina.Smith7@va.gov.
Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time.Â

DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Attachments/Links
Contact Information
Contracting Office Address
  • 5049 SOUTH 13TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 24, 2023 05:18 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >