Combine Solicitation – S– VA249-17-AP-7555 Restroom Sanitizer/Fresheners Service
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: S-- VA249-17-AP-7555 Restroom Sanitizer/Fresheners Service
Classification Code: S - Utilities and housekeeping services
Contact:
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance (address):
Place of Performance (zipcode): 40206
Place of Performance Country:
Description:
Nashville VAMC
Page 9 of 9This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued.
Solicitation number VA249-17-Q-0994 is issued as a (Request for Quotation (RFQ).
This requirement is 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB).
NAICS: The NAICS is 561720.
To be receiving a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database www.sam.gov and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee.
Online Representation and Certification Application (ORCA) must also be current to qualify to received a contract award. Offeror may register with CCR at www.sam.gov
Description of Services: The VHA NCO 09 -
PERFORMANCE WORK STATEMENT
RESTROOM SANITIZER/FRESHENERS
Section 1: General Information
1.1 General: This is a non-personal services contract to provide maintenance, servicing, equipment, and supplies for approximately 180 restroom sanitizer/freshener units in the
1.2 Period of Performance:
1.3 Place of Performance: Robley Rex VAMC,
1.4 Hours of Operation: Normal business hours of the hospital are between
1.5 Work Schedule: Prior to commencing performance under this contract, the Contractor shall provide a proposed work scheduled to the COR describing how services will be accomplished. All work shall be coordinated with the COR or designated representative when accomplished during normal business hours to avoid disruptions or conflicts between the Government functions and the provision of service under this contract.
1.6 Building: There are approximately 180 units in public and highly trafficked restrooms throughout the hospital to maintain.
1.7 Type of Contract: The government will award a Firm Fixed Price contract.
1.8 Contract Changes: Additional or relocation of sanitizer dispensers required by changes in mission assignments must be documented by a written contract modification. If the contractor receives a request from
1.9 Invoicing: All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
More information on the
Section 2: Definitions & Acronyms
2.1 Definitions:
Aseptic Cleaning. Techniques and procedures used under sterile conditions. Aseptic cleaning is the effort taken to clean the interior of building and keep people free from hospital micro-organisms.
Contractor. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime.
Contracting Officer (CO). A person with the authority to enter into, administers, and/or terminates contracts and makes related findings. The Contracting Officer is the only individual who has the authority to contractually bind the Government. The Contracting Officer may designate a Government employee to act as his authorized technical representative.
Contracting Officer Representative (COR). The person has been designated as the authorized representative of the Contracting Officer acting within the limits of his/her authority. This individual shall not be authorized to award, agree to, or sign any contract or modification thereto, or in any way to obligate the payment of money by the Government. The COR advises the Contracting Officer on matters relating to this contract, verifies completion of the work, certifies invoices related to completed work, and ensures compliance with all provisions of the contract.
Corrective Action. Action taken by the Contractor to correct a deficiency and identify the cause(s) of the deficiency.
Custodial Cleaning. Providing an array of cleaning functions that are vital to the daily operation of the facility so as to present a clean facility.
Joint Commission (JC). A national organization dedicated to improving the care, safety, and treatment of patients in health care facilities, and publishers of the
Protection. This is preventing damages to surfaces and equipment caused by normal use or improper cleaning procedures.
Soil. Dust, dirt, stains, grease, smudges, streaks, spots, lint, odors, organisms, vomits, or any agents that is injurious to health. Soil can be visible such as dust, or can be invisible such as organisms, and odors.
Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor.
Work Day. The number of hours per day the Contractor provides services in accordance with the contract.
2.2 Acronyms:
CBI Compliance and Business Integrity
CEH Certified Executive Housekeeper
COR Contracting Officer Representative
ID Identification
IT Information Technology
PWS Performance Work Statement
QASP Quality Assurance Surveillance Plan
VA
Section 3: Government Furnished Property, Equipment, and Services
The government will not provide storage rooms, personnel, equipment, nor tools for the contractor s use.
Section 4: Contractor Furnished Items and Services
The Contractor shall provide all equipment, supplies, management, supervision, personnel, and transportation except as specified herein as government-furnished, necessary to assure that all services are in accordance with the contract and all applicable laws and regulations. The contractor shall ensure all work meets performance standards specified in this Performance Work Statement (PWS) and referenced documents.
Section 5: Specific Tasks
Standards: The contractor shall dispose of all waste in accordance with industry standards and regulations and clean up behind any areas soiled in performance of this contract.
5.4 Contractor s Attire and Identification
The Contractor shall wear a standard custodial type uniform which is easily recognizable and clearly distinguish them as the Contractor. Uniforms shall present a neat, distinctive appearance; shall be clean and maintained in good repair; and shall be worn as designed by the manufacturer. Standard custodial type uniform is defined as collared work shirt (button-down or polo style) and pants or skirt of twill or similar material (no denim). The Contractor shall wear appropriate footwear that will cover the entire foot for safety purposes.
Identification Tags/Cards. The Contractor shall wear on the front of the uniform, clearly readable name identification (ID) logo identifying the contractor s and employee s name. The Contractor shall obtain Visitors Badges during the interim period via the Logistics Office or
In special sanitation and/or isolation situations, the Contractor may be required to wear special protective clothing and shoe covers, which will be supplied by the medical facility. Such items are to remain the property of the Government and shall not be removed from the premises of the medical facility. They will be received, worn, and turned in or disposed of as directed by the COR. All other safety or protective clothing or equipment shall be provided and maintained by the Contractor at the Contractor s own expense.
Contractor s Personal Hygiene: The Contractor s attire and presentation shall be appropriate per industry standard.
5.5 Contractor Training
Contractor personnel shall not be assigned to work until they have completed initial orientation and required training as indicated below under item 5.5.2. Exception: An exception will be made during the first sixty (60) days of contract performance, whereby Contractor s employees who have had general janitorial and
Minimum Contractor-Furnished Training: Initial training shall cover the topics listed below. The Contractor shall accomplish the training within 5 work days.
General orientation of basic bacteriological concepts, including the basics of how disease is caused and transmitted, how it can be prevented, reduced or contained through proper environmental sanitation methods.
Infection control orientation, relating duty functions to the technical provision of this specification.
Proper use and handling of germicidal detergents, supplies and equipment.
Care and maintenance of Contractor and Government-furnished property.
Familiarization with local fire preventing and safety procedures.
Familiarization with applicable facility polices/regulations and their effect on sanitation Services.
Familiarization with the Contractors procedures manual.
Individual duties and responsibilities.
Procedures for replenishing cleaning supplies and obtaining equipment repair.
Role of Contractor s personnel in the facility and their impact on patient care
Techniques/methods for measuring quality of work performance
Basic orientation to the facility, function, mission, goals
Facility emergency fire and disaster program
Hazardous Communication Standard
Standard Precautions
Body Mechanics/Lifting
Accident Reporting
Sexual Harassment
Ethics
TB-Precautions (PPD Hep B)
Proof of Training: The Contractor shall submit proof of training by providing a copy of the training to the COR or designated representative. The COR will retain proof of training in accordance with applicable Records Control Schedule.
5.6 Contractor s Quality Control Plan
The Contractor shall establish and maintain a complete quality control program to ensure the requirements of the contract are met. One copy of the Contractor s basic Quality Control Program shall be provided to the COR 15 days after contract award effective date. An updated copy shall be provided the COR as changes occur. The quality control program shall include, but are not be limited to the following:
An inspection system covering the required services. The plan shall specify the areas to be inspected on either a scheduled or unscheduled basis and how often inspections shall be accomplished.
The plan shall provide methods for identifying and preventing deficiencies and how the Contractor shall prevent the level of performance from becoming unacceptable.
On-site records of all inspections conducted by the Contractor and necessary corrective action taken.
A system to record all inspections conducted by the Contractor and record corrective action. These documents shall be made available to the COR or designated representative during the term of the contract.
5.7 Fire Prevention and Emergency Procedures
The Contractor shall take such safety precautions as necessary to protect the lives and health of occupants of the buildings.
Any hazardous incidents created by the Contractor shall be corrected immediately.
The Contractor shall comply with applicable Federal, State, Local and facility safety and fire regulations and codes which are in effect at the beginning of the contract period. The Contractor shall keep abreast of and comply with changes in these regulations and codes applicable to the contract.
The Contractor shall follow applicable facility policies concerning fire and/or disaster events.
Posting Warning Signs: The Contractor shall display approved warning devices in all areas where operations may cause traffic obstruction or personnel hazard. Activities resulting in a temporary wet or slippery floor surface, shall be, appropriately posted with signs and shall be accomplished so that it will not be necessary for personnel or patients to cross the wet surface to gain access to other areas.
5.8
The Contractor shall be responsible for safeguarding all Government property provided for the Contractor s use. At the close of each work period, Government facilities, equipment and materials shall be secured.
When leaving a work area, the Contractor shall turn off lights if the area is unoccupied unless otherwise directed by the COR.
The Contractor shall comply with the security clearances or access controls imposed.
The Contractor shall turn in all lost articles found during the performance of duties to the COR or the Main Operators office located on the 1st floor.
If the contractor does not have access to an area due to either not having a key or otherwise, the contractor shall immediately notify the COR and cc the Contracting Officer in writing, so that appropriate action can be taken.
The engineering, IT, and telephone closets are restricted access. The contractor will not attempt to access those areas.
5.9 Interference to Normal Function
The Contractor shall delay or interrupt their work at any time to avoid interference with patient care procedures and the normal function of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment, and carts.
5.10 Damage and Equipment Loss
The Contractor shall report damages or disfigurement of Government-owned furnishings, fixtures, equipment, and architectural or building structures to the COR immediately. The Contractor shall provide a written report of any damage or disfigurement to items to the COR or designated representative within 24 hours. The Government will not be responsible for Contractor s equipment or belongings that are lost, stolen or damaged.
The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation.
The Contractor shall use reasonable care or be liable for the cost of repairs and/or replacement of damages to Government-owned equipment, fixtures, furnishings, grounds and architectural or building structures.
5.11 Handling of
The COR or designated representative will instruct the Contractor what Government items should not be moved or otherwise handled. Any medical apparatus in use on or by a patient will not be moved or otherwise handled by the Contractor except when prior arrangements have been made with the nurse supervisor.
In emergency situations, the Contractor s assistance may be required to help move patients out of harm s way.
5.12 Conservation of Utilities
The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under condition which precludes the waste of utilities, which shall include:
The Contractor shall not adjust any mechanical equipment controls for heating, ventilation and air conditioning system unless otherwise directed by the COR or designated representative.
The Contractor shall turn-off all water faucets or values when not in usage.
The Contractor shall not use Government telephones for personal reasons.
5.13 Applicable Regulations and Manuals
All work under this contract must be performed in accordance with (1) current Joint Commission Manual (JC); (2)
Documents applicable to work described in this section are mandatory and are listed below. The Government will provide the Contractor copies of all regulations, manuals and specifications such as those listed below. Supplements and amendments will be updated and will be considered to be full force and effective immediately upon receipt by the Contractor. The policies and procedures of mandatory directives shall be adhered to at all times. The Contractor shall insure that all mandatory publications are posted and up to date.
Security Clearances, Access Controls, Identification Badges
Facility policies concerning fire / disaster program.
Parking Requirements
Infection Control Manuals
PRICE/COST SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
To provide the materials (holder and fragrance), labor, equipment, and supervision necessary to maintain the fresheners located in the high traffic public restrooms throughout the medical center. The holders are to be maintained for a four-week period between servicing. The fragrances requested are lemon citrus and the cherry.
Contract Period: Base
POP Begin:
POP End:
1.00
YR
__________________
________________
2001
To provide the materials (holder and fragrance), labor, equipment, and supervision necessary to maintain the fresheners located in the high traffic public restrooms throughout the medical center. The holders are to be maintained for a four-week period between servicing. The fragrances requested are lemon citrus and the cherry.
Contract Period: Option 1
POP Begin:
POP End:
1.00
YR
________________
________________
3001
To provide the materials (holder and fragrance), labor, equipment, and supervision necessary to maintain the fresheners located in the high traffic public restrooms throughout the medical center. The holders are to be maintained for a four-week period between servicing. The fragrances requested are lemon citrus and the cherry.
Contract Period: Option 2
POP Begin:
POP End:
1.00
YR
________________
________________
4001
To provide the materials (holder and fragrance), labor, equipment, and supervision necessary to maintain the fresheners located in the high traffic public restrooms throughout the medical center. The holders are to be maintained for a four-week period between servicing. The fragrances requested are lemon citrus and the cherry.
Contract Period: Option 3
POP Begin:
POP End:
1.00
YR
________________
________________
5001
To provide the materials (holder and fragrance), labor, equipment, and supervision necessary to maintain the fresheners located in the high traffic public restrooms throughout the medical center. The holders are to be maintained for a four-week period between servicing. The fragrances requested are lemon citrus and the cherry.
Contract Period: Option 4
POP Begin:
POP End:
1.00
YR
________________
________________
GRAND TOTAL
________________
Contract Type: The government anticipates awarding a Firm Fixed Price award.
Award will be made to lowest price quote which conforms to the requirements within this solicitation.
To receive consideration as SDVOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov.
Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, total , unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm s DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.
Quotes must be received
Solicitation document and incorporated provisions and clauses apply to this acquisition: 52.212-4 Contract Terms And Conditions Commercial Items; 52.217-8 Option To Extend Services; 52.217-9 Option To Extend The Term Of The Contract; 52.232-18 Availability Of Funds; 52.232-19 Availability Of Funds For The Next Fiscal Year; 52.232-40 Providing Accelerated Payments To Small Business Subcontractors; VAAR 852.203-70
Full text can be obtained at www.arnnet.gov.
DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. This Request for Quote is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Request for Quote or use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
Link/URL: https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q0994/listing.html



Combine Solicitation – scrubEx LV Dispenser/Remote Receiver wth Packer and Dispenser/Receiver Unit, Packer Maintenance/Service Agreement
Farm Recovery Grant Program Application Deadline Approaching
Advisor News
- SEC in ‘active and detailed’ settlement talks with accused scammer Tai Lopez
- Sketching out the golden years: new book tries to make retirement planning fun
- Most women say they are their household’s CFO, Allianz Life survey finds
- MassMutual reports strong 2025 results
- The silent retirement savings killer: Bridging the Medicare gap
More Advisor NewsAnnuity News
- Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
- Rethinking whether annuities are too late for older retirees
- Advising clients wanting to retire early: how annuities can bridge the gap
- F&G joins Voya’s annuity platform
- Regulators ponder how to tamp down annuity illustrations as high as 27%
More Annuity NewsHealth/Employee Benefits News
- Blue Cross Blue Shield of Wyoming CEO Gore announces retirement; Urbanek to take lead
- Wellpoint taps Rachel Chinetti as president
- Proposed changes to MA and Part D would harm seniors’ coverage in 2027
- Pan-American Life Insurance Group Reports Record 2025 Results; Premiums Reached $1.86 Billion and Net Income Totaled $110 Million as Company Enters Its 115th Year
- LightSpun and Smile America Partners Announce Partnership to Accelerate Dental Provider Enrollment to Expand Treatment for 500K Underserved Kids
More Health/Employee Benefits NewsLife Insurance News
- Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
- LIMRA: Individual life insurance new premium sets 2025 sales record
- How AI can drive and bridge the insurance skills gap
- Symetra Partners With Empathy to Offer Bereavement Support to Group Life Insurance Beneficiaries
- National Life Group Ranked Second by The Wall Street Journal in Best Whole Life Insurance Companies of 2026
More Life Insurance News