Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
SOLICITATION NOTICE

Z -- Pump,Clean,Deodorize Grease Pit Bi-wkly and Annual Septic Tank Cleaning at the Brecksville Main Kitchen Bldg 23, and Bldg 52 Pavillion

Notice Date
9/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-09-RP-0409
 
Response Due
9/17/2009
 
Archive Date
10/17/2009
 
Point of Contact
Maladean Hudson440 526-3030ex7414
 
E-Mail Address
Contract Specialist
(maladean.hudson@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. Solicitation VA-250-09-RP-0409 is issued is a Request for Quote (RFP). The solicitation document and incorporated provisions and clauses are that in effect through Federal Acquisition Circular 2005-36.This synopsis is a streamlined solicitation of offers for commercial items or services for use where appropriate. The intent of these is intended to simplify the process of preparing and issuing solicitations/synopsis for evaluating offers for commercial items consistent with commercial practices. Only written requests received directly from the requester are acceptable. The Louis Stokes Cleveland Department VA Medical Center known as LSVAMC located at 10000 Brecksville Road, Brecksville, Ohio 44141 proposes to contract for Preventive Maintenance Services at the Brecksville Facility. Preventive Maintenance Services to include: bi-weekly pumping, cleaning and deodorizing its Grease Pit along with annual septic tank cleaning and pumping. Performance period is 1 October 2009 through 30 September 2010, with four one-year option periods, see attached Statement of Work. This proposal is a Total 100% Small Business Set-Aside IAW FAR 19.502-2(a) NAICS code assigned to this procurement is 562991 (septic tank and related services) with a size standard of $7 million.Offerors should submit quotes based on the work requirements specified herein. Service Disabled Veteran Owned small businesses are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is required in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. Offerors shall thoroughly review the specifications and include a delivery time for specified requirements. Offerors responding to this synopsis shall also provide information included in the Federal Acquisition Regulation (Far 52.212.2 Evaluation - Commercial Items) all offerors please include a completed copy of the provision at 52.212-3, Offeror Represesentations and Certifications-(ORCA) Commercial Items, with your offer. NOTE: The Government reserves the right to award at BEST VALUE The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors utilized to evaluate offers are; Technical capability of the services offered to meet the Government requirement, Price, Past Performance. The relative order of importance of the evaluation factors are in ascending order of importance. Technical Capability and Past Performance, when combined, are greater than Price. Evaluations may be made without discussions with offeror(s). Federal Acquisition Regulations require that all contractors submitting offers/bids to obtain contracts with agencies of the Federal Government; including the Department of Veterans Affairs, must be registered at; Central Contractor Registration (CCR) database prior to receiving an award. Registration in CCR must be maintained during performance and through final payment of any contract or award resulting from a solicitation. You may register easily and quickly on-line at https://www.ccr.gov. Payments are to be sent to the address indicated in the quote under this contract. PROVISIONS AND CLAUSES The full text of a FAR provision or clause are available electronically at www.acqnet.gov/far. The Veterans Administration (VAAR) clauses and provisions can be accessed at, http://www.va.gov/oa&mmlvarr/. The clause at 52.212.4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, along with 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive order-Commercial Items, applies to this acquisition. The following FAR and VAAR clauses and provisions shall apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items;Addendum 52.212.-152.212-3, Offeror Representations and Certifications - Commercial Items.52.204-7 Central Contractor Registration; 52.212-2 Evaluation - Commercial Items52.237-1 Site Visit52.237-2 Protection of Government Building, Equipment and Vegetation852.237-70 Contractor Responsibilities APR 1984852-271-70 Nondiscrimination in Service Provided Beneficiaries APR 198452.233-2 Service of Protest AUG 1996852.233-70 Protest Content JAN 2008852-233-71 Alternate Protest Procedure JAN 1998852.270-1 Representative of Contracting Officers JAN 200852.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan;52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act of 1965, as Amended52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.222-54 Employment Eligibility VerificationDepartment of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated and available for download at www.nist.gov/admin/od/contract/agency.htm Quotes are due no later than 9:00 a.m., EST local time, September 17, 2009. Submit questions to Maladean E. Hudson via e-mail at maladean.hudson@va.gov, or by facsimile at (440) 838-6052.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA-250-09-RP-0409/listing.html)
 
Place of Performance
Address: Louis Stokes Veterans Affairs Medical Center Clev;10000 Brecksville Rd;Brecksville, OH
Zip Code: 44141
 
Record
SN01949938-W 20090912/090911001627-15f1ab2af7242a7e6f5668fd08dca9ec (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.