S201--VISN 4 Window/Glass Cleaning Services - Sources Sought

expired opportunity(Expired)
From: Federal Government(Federal)
36C24421Q0481

Basic Details

started - 23 Mar, 2021 (about 3 years ago)

Start Date

23 Mar, 2021 (about 3 years ago)
due - 01 Apr, 2021 (about 3 years ago)

Due Date

01 Apr, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
36C24421Q0481

Identifier

36C24421Q0481
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103380)VETERANS AFFAIRS, DEPARTMENT OF (103380)244-NETWORK CONTRACT OFFICE 4 (36C244) (6041)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

GENERAL INFORMATION FOLLOWED BY A TENTATIVE PERFORMANCE WORK STATEMENT SOURCES SOUGHT NOTICE: This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this Sources Sought in order to identify capable firms and obtain information for planning purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this Sources Sought in order to identify capable firms for Window/Glass Cleaning Services for VISN 4 VA Medical Centers. Responses shall be submitted by 11:59pm (EST) March 31st, 2021. Responses shall be submitted via email to william.schlobohm2@va.gov . All SDVOSB and VOSB firms that respond shall include proof of CVE certification via www.vip.vetbiz.gov. All small business firms that respond shall include
proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB contractors are preferred, all capable contractors are welcome to respond to this sources sought notice for market research purposes. All respondents shall include as part of their response a brief capability statement that covers the information in the following tentative Performance Work Statement, as well as answers to the below three (3) questions. 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. In addition to the information requested above, please include answers to the below 3 questions as part of your response to this Sources Sought: 1. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. 2. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 3. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. SAMPLE / TENTATIVE PERFORMANCE WORK STATEMENT (BELOW) PERFORMANCE WORK STATEMENT (PWS) VISN 04 Window, Glass, and Surface Cleaning Service Introduction This is a non-personnel services contract to provide Window, Glass, and Surface Cleaning Service for the Medical Centers of the Veterans Health Administration s Veterans Integrated Service Network 04. SECTION 1 - ACRONYMS AND DEFINITIONS 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 award, administer, and terminate contracts and make related determinations and findings on behalf of the Government. The only individual legally authorized to bind the Government. FCOR. An employee of the U. S. Government appointed by the CO to assist with contract administration at the facility level and to liaison between the Contractor, CO and VCOR. A CO issued delegation memo will further define the roles of the FCOR. 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 the Window, Glass, Surface Cleaning Service contract. VCOR. An employee of the U. S. Government appointed by the CO to assist with contract administration at the VISN level and to liaison between the Contractor, CO and FCOR. A CO issued delegation memo will further define the roles of the VCOR. SECTION 2 GENERAL INFORMATION General. VISN04 requires window, glass, and surface cleaning services at the VISN04 VAMC s as indicated in this PWS Description of Services. Contractor must provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Window, Glass, and Surface Cleaning Service as defined in this Performance Work Statement. The Contractor must perform to the standards in this contract. Background. The VISN04 is comprised of nine Veterans Administration Medical Centers. Historically some of the facilities have operated under individual contracts. VISN04 intends to pursue a single Firm Fixed Priced, five-year Indefinite Delivery Indefinite Quantity contract or five-year Firm Fixed Priced Blanket Purchase Agreement to provide service to all nine sites in VISN04. Objectives. Window, Glass, and Surface Cleaning Services Availability for use by the VISN04 Medical Centers Records. The records of inspections and any other required documentation must be kept and made available to the FCOR, VCOR, 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. Quality Assurance. The Government will evaluate the Contractor s performance under this contract in accordance with the attached QASP included as Attachment 1. 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 conduct performance surveillance and when defective performance is observed will make known the defective performance to the Contractor s Facility Manager or acting alternate. Government surveillance of tasks other than those listed in the QASP, may occur during the performance period of the contract. Holidays. Contractor may perform services on any of the below Federal holidays if pre-approved by the applicable FCOR: New Year s Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Christmas Hours of Operation. Generally, cleaning services will occur between 0700 1700 Monday through Friday, excluding Federal Holidays; however, the Contractor may be required to provide services after hours (1700 0700) and on the weekends and must have the capability to do so. Issued TOs will identify when cleaning services are required after hours and on the weekends. The Contractor may request to perform services after hours or on weekends, such requests must be presented to the FCOR and written approval must be obtained from the FCOR prior to service performance. Place of Performance. The Contractor must have the capability to perform cleaning services at any of the following facilities. Issued TOs will define locations. Facility Official Name Address County Altoona James E VanZandt VAMC 2907 Pleasant Valley Road, Altoona, PA 16602 Blair Butler Butler VAMC 353 North Duffy Road, Butler, PA 16001 Butler Coatesville Coatesville VAMC 1400 Blackhorse Hill Road, Coatesville, PA 19320 Chester Erie Erie VAMC 135 East 38th Street, Erie, PA 16504 Erie Lebanon Lebanon VAMC 1700 South Lincoln Avenue, Lebanon, PA 17042 Lebanon Philadelphia Corporal Michael J Crescenz VAMC 3900 Woodland Avenue, Philadelphia, PA 19104 Philadelphia Pittsburgh Pittsburgh VAMC University Drive Campus University Drive, Pittsburgh, PA 15240 Allegheny Pittsburgh Pittsburgh VAMC H. J. Heinz Campus 1010 Delafield Road Pittsburgh, PA 15215 Allegheny Wilkes Barre Wilkes Barre VAMC 1111 East End Boulevard Wilkes Barre, PA 18711 Luzerne Wilmington Wilmington VAMC 1601 Kirkwood Highway Wilmington, DE 19805 New Castle Insurance. The Government requires insurance as specified in incorporated Clauses. Physical Security. The Contractor is responsible for safeguarding all Government equipment, information and property and is liable for any Contractor caused damage. 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 work conclusion. Post Award Conference/Periodic Progress Meetings. The Contractor agrees to attend any post award conference requested by the VCOR, FCOR, or Contracting Officer in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting officer, VCOR, FCOR or other Government personnel, as appropriate, may meet periodically with the Contractor to review the contractor's performance. At these meetings the Government 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 Identification of Contractor Employees. All Contractor 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 they are Government officials. The Contractor must also ensure all documents or reports produced by Contractors are suitably marked as Contractor products or that contractor participation is appropriately disclosed. Contractor employees must be clean and present a neat appearance. Hair must be neatly trimmed and combed. Contractor employees must wear Contractor provided uniforms or comply with Contractor s dress code which must include pants, shirts or blouses, and protective clothing when applicable. The dress code must be the same color or color combinations for all Contractor employees and distinguishable from VAMC staff and facility population. All apparel, whether uniform or dress code requirements, will be worn as designed by the manufacturer. Open toe shoes or sandals are not permitted. All personnel will display a Contractor provided identification badge while on campus. The badge must include: 1) Name of employee, 2) Contractor name, and 3) Employee photograph and must be visible and attached to employee clothing at chest level. Facility access requirements vary amongst the VISN04 facilities. To ensure compliance, the Contractor must obtain the facility requirements from the FCOR prior to work commencement. 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. SECTION 3 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 and subsequent changes must be presented to the CO and applicable FCOR within one business day of the change. Each participating VISN04 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. The 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. The 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 the 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. Safety. The Contractor must perform all work in a safe manner, ensuring the protection of facility buildings and equipment from damage and Contractor employees and facility population from injury. 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-unique 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, 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 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. Any window or door open during the cleaning process must be closed and locked (if applicable) at completion. SECTION 4 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICE Government Furnished Property. The Government will not provide GFP Government Furnished Materials. The Government will not provide GFM Government Furnished Services. The Government will permit us of limited utility services, i.e., electric and water. Water will be available for the filling and re-filling of buckets, spray bottles and other containers needed during the cleaning process. The Government will permit use of 120volt AC electricity for Contractor owned equipment operation. 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. SECTION 5 CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES The Contractor must provide all property, equipment, apparatus, materials, supplies, safety equipment, and services required to ensure all terms and conditions 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 3.3 of this PWS. SECTION 6 TASKS AND CAPABILITY The Contractor must be capable of meeting and accomplishing all elements of this PWS. 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 attached QASP. Contractor Capability. Contractor must be capable of conducting simultaneous, contract compliant, cleaning operations at any combination of four VISN04 VAMCs. Excluding Pittsburgh s campuses, the Contractor must be capable of completing all of the Cleaning Cycles (refer to Section 6.7 of this PWS) at any one facility within four weeks of work commencement. Cleaning at Pittsburgh s campuses must be accomplished within eight weeks of work commencement. Completion time deviation requests must be presented to the FCOR, VCOR and CO. The CO will make final determination. Contractor must be capable of starting work, as specified in issued TOs, within eight weeks of the TO s award date. Extension requests to this time constraint must be presented to the FCOR, VCOR and CO. The CO will make final determination. Window, Glass, and Panel surfaces. The quantity and location of window, glass, and panel surfaces are estimated in Section 6.7 of this PWS. The FCOR will provide clarification during pre-award site-visit. Window, glass, and 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 6.7 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) and will define the report format. VISN04 VAMC Requirements. Facility requirements follow in Section 6.7 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 6.7 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 VAMC). At this time Altoona VAMC will not be participating; However, within the life of the contract Altoona VAMC may elect to participate. Contractor must ensure they have resources and capability to include Altoona in the future. Altoona VAMC will provide CC tables. Fair and reasonable pricing will be negotiated with the CO, VCOR and FCOR. Butler VAMC: 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 VAMC: CC 2A Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient area 3 No Yes 100 Varies 3 Story Yes 3 MRI No Yes Varies 3 Story Yes 69 No Yes 75 Varies 1 Story Yes 69 Pool area No Yes 60 Medium 3 Story Yes 138 E No Yes 100 Varies 2 Story Yes 138 No Yes 200 Varies 2 Story Yes 138 Atrium No Yes Varies 1 Story Yes 39 No Yes 200 Varies 3 Story Yes 57 No Yes 200 Varies 3 Story Yes 59 No Yes 200 Varies 3 Story Yes 38 No Yes 200 Varies 3 Story No 1 No Yes 200 Varies 3 Story Yes 2 No Yes 200 Varies 3 Story Yes 4 No Yes 200 Varies 3 Story Yes 5 No Yes 200 Varies 2 Story Yes 6 No Yes 200 Varies 3 Story Yes 7 No Yes 200 Varies 3 Story Yes 8 No Yes 200 Varies 3 Story Yes 9 No Yes 200 Varies 3 Story Yes 16 No Yes 200 Varies 3 Story No 72 No Yes 200 Varies 1 Story Yes 70 No Yes 200 Varies 1 Story No 58 No Yes 200 Varies 3 Story Yes 139 No Yes 60 Varies 1 Story Yes CC 2B Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient area 3 Urgent Care Entrance Yes Yes 25 Varies 3 Story Yes Building 138-Hospice Entrance Yes Yes 10 Varies 2 Story Yes CC 2C Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient area 3 Yes No 100 Varies 3 Story Yes 3 MRI Yes No Varies 3 Story Yes 69 Yes No 75 Varies 1 Story Yes 69 Pool area No No 60 Medium 3 Story Yes 138 E Yes No 100 Varies 2 Story Yes 138 Yes No 200 Varies 2 Story Yes 138 Atrium Yes No Varies 1 Story Yes 39 Yes No 200 Varies 3 Story Yes 57 Yes No 200 Varies 3 Story Yes 59 Yes No 200 Varies 3 Story Yes 38 Yes No 200 Varies 3 Story No 1 Yes No 200 Varies 3 Story Yes 2 Yes No 200 Varies 3 Story Yes 4 Yes No 200 Varies 3 Story Yes 5 Yes No 100 Varies 2 Story Yes 6 Yes No 200 Varies 3 Story Yes 7 Yes No 200 Varies 3 Story Yes 8 Yes No 200 Varies 3 Story Yes 9 Yes No 200 Varies 3 Story Yes 16 Yes No 200 Varies 3 Story No 72 Yes No 100 Varies 1 Story Yes 70 Yes No 100 Varies 1 Story No 58 Yes No 200 Varies 3 Story Yes 139 Yes No 60 Varies 1 Story Yes Suspended scaffolds and rope descents from the roof top are not permitted at the Coatesville campus. Outside windows are to be accessed and cleaned from the outside. The inside panes must be accessed and cleaned from the inside. The FCOR will provide any exceptions. Windows may not be removed for cleaning unless specific approval has been received from the FCOR. The exterior windows of assigned buildings must be cleaned regardless of interior accessibility. Outside window cleaning to be accomplished on all floors of assigned buildings except for the following: windows above the second floor on the front side of Building One do not require outside cleaning. Erie VAMC: CC 3A Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient area 1 Yes Yes 306 Varies 7 Story Yes 6 Yes Yes 18 Varies 1 Story No 8 Yes Yes 94 Varies 2 Story Yes CLC Yes Yes 44 Varies 1 Story Yes Parking Garage Yes Yes 86 Varies 2 Story No New Boiler Plt Yes Yes 3 Varies 2 Story No CC 3B Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 1 Entrances Yes Yes 15 Varies 7 Story Yes 8 Entrance Yes Yes 10 Varies 2 Story Yes CLC Entrance Yes Yes 8 Varies 1 Story Yes Park Garage - Ent Yes Yes 18 Varies 2 Story No Suspended scaffolds and rope descents from the roof top are not permitted at the Erie campus. Many of the facility s outside windows are accessible and cleanable from the inside. The Contractor must clean the outside when accessible. The FCOR will identify windows not to be opened in order to access the outside. Such windows will not require outside cleaning during the CC except as stipulated in Section 6.7.4.4 of the PWS. The locations identified in the CC 3A table require outside cleaning from the ground through the third floor regardless of interior accessibility. Lebanon VAMC: CC 4A Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient area 1 Ground- 1st Fl Yes Yes 122 Varies 7 Story Yes 18 Basement-1stFl Yes Yes 72 Varies 6 Story Yes 19 1st Fl-2nd Fl Yes Yes 108 Varies 3 Story No 22 1st Fl -2rd Fl Yes Yes 92 Varies 3 Story No 99 1st Floor Yes Yes 92 Varies 1 Story No 2 1st Fl-2nd Fl Yes Yes 48 Large 3 Story No 23 1st Floor Yes Yes 66 Varies 3 Story No 24 1st Floor Yes Yes 16 Varies 1 Story No 106 1st Floor Yes Yes 8 Varies 1 Story No 4-1st Fl and 2nd Fl Yes Yes 60 Varies 2 Story No 5-1st Fl and 2nd Fl Yes Yes 40 Varies 2 Story No 25 Yes Yes 24 Varies 2 Story No 17 Café Yes Yes 100 Varies 1 Story Yes 17 1st Fl-2nd Fl Yes Yes 336 Varies 5 Story Yes 101 1st Floor Yes Yes 14 Varies 1 Story Yes 102 1st Floor Yes Yes 8 Varies 1 Story Yes 100 1st Floor Yes Yes 40 Varies 2 Story Yes 104-1st Floor Yes Yes 116 Varies 1 Story Yes 144 1st Floor Yes Yes 10 Varies 1 Story Yes 34- 1st Fl to 2nd Fl Yes Yes 144 Varies 2 Story Yes 35- 1st Fl to 2nd Fl Yes Yes 164 Varies 2 Story Yes 36- 1st Fl to 2nd Fl Yes Yes 112 Varies 2 Story Yes CC 4B Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 1 2nd -5th Fl Yes No 490 Varies 7 Story Yes 18 2nd Fl-5th Fl Yes No 432 Varies 6 Story No 19 3nd Fl Yes No 108 Varies 3 Story No 22 3rd Fl Yes No 46 Varies 3 Story No 2 3rd Fl Yes No 48 Large 3 Story No 17 3rd Fl - 5th Fl Yes No 504 Varies 5 Story Yes CC 4C Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 17-18 Tunnel Yes Yes 63 Medium 1 Story No 19 Tunnel Yes Yes 48 Medium 1 Story No 22 Tunnel Yes Yes 12 Medium 1 Story No 24 Tunnel Yes Yes 10 Medium 1 Story No 136 Tunnel Yes Yes 20 Medium 1 Story No Suspended scaffolds and rope descents from the roof top are not permitted at the Lebanon campus. The FCOR will provide special safety requirements and lift equipment/apparatus constraints. Corporal Michael J Crescenz Veterans Affairs Medical Center (Philadelphia VAMC): CC 5A Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 1 Yes Yes 1513 Varies 9 Story Yes 2 Yes Yes 1073 Varies 8 Story Yes 21 Yes Yes 67 Varies 8 Story Yes 3 Yes Yes 35 Varies 2 Story Yes CLC Yes Yes 923 Varies 2 Story Yes Employee Garage Yes Yes 506 Varies 4 Story No Engineering Yes Yes 52 Varies 1 Story No CC 5B Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 1 Entrance Yes Yes 1513 Varies 9 Story Yes 2 Entrance Yes Yes 1073 Varies 8 Story Yes 21 Entrance Yes Yes 67 Varies 8 Story Yes 3 Entrance Yes Yes 35 Varies 2 Story Yes CLC Entrance Yes Yes 923 Varies 2 Story Yes Employee Garage Entrance Yes Yes 506 Varies 4 Story No Engineering Entrance Yes Yes 52 Varies 1 Story No The facility s outside windows cannot be accessed from the interior. Exterior window cleaning can only be accomplished on weekends. The FCOR will identify the outside panes to be cleaned during a CC and will coordinate scheduling with the Contractor s Facility Manger and the facility s EMS Manager. Suspended scaffolds and rope descents from the roof top are permitted. The facility s Engineering and Safety Office must be consulted prior to use. Pittsburgh VAMC: University Drive Campus: CC 6A Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 1 Yes Yes 5351 Varies 13 Story Yes 1 Lincoln Wall Yes N/A 1 Large 3 Story Yes 29 Yes Yes 1356 Varies 6 Story Yes 30 Yes Yes 447 Varies 4 Story No Parking Garage Yes Yes 386 Varies 8 Story Yes 33 Yes Yes 71 Varies 3 Story No Police Booth Yes Yes 4 120 SqFt 1 Story No 1 Kalwall Surfaces Elevator Tower Walls, East, West, Floors 1 - 5 5 Story Yes Room 2N174, Connecting Corridor 1 Story Yes Stairwells 2,3,6,7 13 Story Yes 11th Floor Breezeways, East & West 1 Story Yes Smoking shelter Yes Yes 40x16x10 1 Story No Building 29 lobby, Lincoln Wall requires cleaning. It is constructed of honed limestone. There is a staircase at the bottom of the wall. The wall is approximately 30 feet wide and 43 feet tall at the bottom of the staircase and 31 feet tall at the top of the staircase. The Terrazzo flooring around the wall must be protected during cleaning. The FCOR will provide special safety requirements and lift equipment/apparatus constraints. Building 29 lobby includes an arched glass ceiling of approximately 258 panes with a total area of approximately 4,620 square feet. The maximum interior height is 43feet. The Terrazzo floor must be protected during cleaning. The FCOR will provide special safety requirements and lift equipment/apparatus constraints. Building 29 (Chapel) stained glass window, squeegee cleaning may not be effective. Outside windows are to be accessed and cleaned from the outside. The inside panes must be accessed and cleaned from the inside. The FCOR will provide any exceptions. Windows may not be removed for cleaning unless specific approval has been received from the FCOR. Heinz Campus: CC 6B Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 49 Yes Yes 108 Varies 1 Story No 32 Yes Yes 310 Varies 3 Story No 50 Yes Yes 974 Varies 2 Story Yes 51 Yes Yes 580 Varies 4 Story Yes 69 Yes Yes 301 Varies 3 Story Yes 69 Vestibules Yes Yes 18 Varies 3 Story Yes 70 Yes Yes 350 Varies 3 Story No Villas Yes Yes 414 Varies 3 Story Yes 71 Yes Yes 635 Varies 3 Story Yes 71 Lt Fixture Yes N/A 1 Medium Yes 52 Yes Yes 52 Varies 3 Story Yes 53 Yes Yes 24 Varies 3 Story Yes Canopy to Shelter Yes Yes 4 Varies 1 Story Yes 50 Smoking Shelter 1 No Yes 40x16x10 No 50 Smoking Shelter 2 No Yes 25x16x10 No 50 No Yes 251 Small 51 No Yes 257 Small Police Booth Yes Yes 3 80SqFt 1 Story No CC 6C Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 50 51 Tunnel Yes Yes 88 Varies 2 Story Yes 50 51 Tunnel No Yes 102 Small 2 Story Yes 51 71 Tunnel Yes Yes 123 Varies 2 Story Yes Building 69 vestibule glass ceilings located at two entrances must be cleaned from the top-side and from the bottom-side. Each entrance has nine panes with a 120 square foot area. Top of glass must be accessed from floor of lobby area Building 71 lobby lighting fixture must be cleaned. The following heights and dimensions are approximate. The four-sided fixture is a unique design (20ft x 5ft x 5ft) constructed with metal and glass hanging from a 45foot high ceiling. Top of fixture is 40feet high. Bottom of fixture is 20feet high. Two metal plates are positioned between the fixture and the ceiling which require cleaning. The total fixture surface area is 350 square feet. The FCOR will provide special safety requirements and lift equipment/apparatus constraints. Building 71 glass partition around the second-floor stairwell requires cleaning on both sides. Suspended scaffolds and rope descents from the roof top are not permitted at the Heinz Campus Outside windows are to be accessed and cleaned from the outside. The inside panes must be accessed and cleaned from the inside. The FCOR will provide any exceptions. Windows may not be removed for cleaning unless specific approval has been received from the FCOR. Wilkes-Barre VAMC: CC 7A Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 8 Yes Yes 34 Medium 1 Story No 42 Yes Yes 19 Medium 1 Story No 35 Yes Yes 21 Medium 1 Story No 7 Yes Yes 54 Medium 1 Story No 5 Yes Yes 49 Medium 2 Story No 3 Yes Yes 50 Medium 2 Story No 2 Yes Yes 40 Medium 2 Story No 1 Yes Yes 1910 Varies 11 Story Yes Suspended scaffolds and rope descents from the roof top are not permitted at the Wilkes Barre campus. Exterior panes will only be cleaned if accessible from the inside. Many of the facility s outside windows can be accessed and cleaned from the inside. The Contractor must clean the outside when accessible. The FCOR will identify windows not to be opened in order to access the outside. Such windows will not require outside cleaning during the CC. Wilmington VAMC: CC 8A Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 1 Yes Yes 1046 Medium 10 Story Yes 10 Yes Yes 20 Medium 1 Story No 2 Yes Yes 20 Medium 2 Story No 3 Yes Yes 20 Medium 2 Story No 4 Yes Yes 20 Medium 2 Story No 5 Yes Yes 35 Medium 1 Story No 6 Yes Yes 30 Medium 2 Story No 7 Yes Yes 15 Large 2 Story No 13 Yes Yes 50 Small 1 Story No 15 Yes Yes 20 Small 2 Story No 17 Yes Yes 100 Small 1 Story No CC 8B Location/ Building Inside Cleaning Outside Cleaning Estimated Window Count Window Size Building Height Patient Area 1 ground and 1st floor Yes Yes 56 plus 9 glass entrances Medium 10 Story Yes 10 ground and 1st floor Yes Yes 32 plus 1 glass entrance Medium 1 Story No 2 ground and 1st floor Yes Yes 14 Medium 2 Story No 3 ground and 1st floor Yes Yes 8 plus 2 porches and 2 glass doors Medium 2 Story No 4 ground and 1st floor Yes Yes 8 plus 2 porches and 2 glass doors Medium 2 Story No 5 ground and 1st floor Yes Yes 21 plus 5 glass doors and 1 glass entrance Medium 1 Story No 6 ground and 1st floor Yes Yes 11 plus 2 glass doors Medium 2 Story No 17 ground and 1st floor Yes Yes 34 plus 5 glass entrances Small 1 Story No 15 ground and 1st floor Yes Yes 10 Small 2 Story No 13 ground floor Yes Yes 44 plus 4 glass entrances Small 1 Story No There are some rooftop anchors permitting limited suspended scaffolds and rope descent systems for exterior window cleaning. The FCOR will identify anchor locations and the facility s Engineering Office must be consulted prior to use. Exterior windows not accessible from the ground, by lifts, by scaffolding, or suspended systems do not require cleaning; the FCOR will identify such windows. END OF PERFORMANCE WORK STATEMENT

1010 DELAFIELD ROAD  PITTSBURGH , PA 15215  USALocation

Place Of Performance : 1010 DELAFIELD ROAD PITTSBURGH , PA 15215 USA

Country : United StatesState : Pennsylvania

You may also like

EO14042 VISN 4 WINDOW CLEANING SERVICES

Due: 15 Jun, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 561210Facilities Support Services
pscCode S201Custodial Janitorial Services