DOCUMENT
S -- RICHMOND VAMC SNOW REMOVAL - Attachment
- Notice Date
- 11/3/2014
- Notice Type
- Attachment
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24615Q0071
- Response Due
- 11/17/2014
- Archive Date
- 2/24/2015
- Point of Contact
- Ashley Seffernick
- E-Mail Address
-
2-9961<br
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR QUOTE VA246-15-Q-0071 SNOW REMOVAL SERVICES HUNTER HOLMES MCGUIRE VETERANS AFFAIRS MEDICAL CENTER 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. Quotes are being requested, and a written solicitation will not be issued. Quotes shall reference VA246-15-Q-0071. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77, dated 14 October 2014. The Network Contracting Office 6 - SAO East intends to award a firm-fixed-price contract for snow removal services for the Hunter Holmes McGuire Veterans Affairs Medical Center (VAMC) in Richmond, VA. The intent is to award a one-year base contract with one additional one-year option period. The option period may be exercised at the discretion of the Government. The North American Industrial Classification System (NAICS) code for this procurement is 561790, Other Services to Buildings and Dwellings, with a small business size standard of $7.5 million. This requirement is set aside for Small Businesses. All contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov and be a small business in order to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost the contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site visit will be conducted on 6 November 2014 at 9:00 a.m. Eastern Standard Time. Offerors shall check in at the main entrance at the volunteer desk located at 1201 Broad Rock Boulevard, Richmond, VA 23249. Please email intent to attend to ashley.seffernick@va.gov on or before 4:00 p.m. Eastern Standard Time on 5 November 2014. Questions concerning this solicitation shall be addressed to Ashley Seffernick, Contracting Officer, and e-mailed to ashley.seffernick@va.gov. All questions or inquires must be submitted in writing no later than 5:00 p.m. Eastern Standard Time on 7 November 2014. No phone calls will be accepted. Any amendments to this RFQ will ONLY be available on the Federal Business Opportunities website (www.fbo.gov). The Government will award a contract resulting from this RFQ to the responsible contractor whose quote is the lowest price technically acceptable. Quotes are due by 5:00 p.m. Eastern Standard Time on 17 November 2014. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via e-mail to ashley.seffernick@va.gov AND leah.trossen@va.gov. ATTACHMENTS: P10 Statement of Work dated 31 October 2014 P07 Wage Determination S02 Campus Map Priority Areas SCHEDULE OF SERVICES: Contractor to provide all labor, tools, equipment and materials necessary to clear snow and ice from identified roads, sidewalks and parking lots identified in the attached Campus Map for the Hunter Holmes McGuire VAMC. Combined, Priority One and Two Area to be plowed equate to an estimated 2,646,264 square feet. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. Actual use shall depend on local weather conditions and number of seasonal snow events. Contractors shall provide pricing for all of the following Contract Line Item Numbers: Base Year 1 December 2014 - 30 September 2015 LineServiceEST QTYUnitUnit PriceTotal Price 0001Pre-Chemical Treatment in accordance with (IAW) Section 4.1 of the SOW.5Events$$ 0002Snow and Ice Removal for Priority One and Two areas IAW Sections 4.3 and 4.4 of the SOW. 5Events$$ 003Standby/Repeat Snow Removal IAW Section 5.0 of the SOW. Rate per/hour $_____________1LOT Option Year Total Price: $ Option Year 1 1 October 2015 - 30 September 2016 LineServiceEST QTYUnitUnit PriceTotal Price 1001Pre-Chemical Treatment in accordance with (IAW) Section 4.1 of the SOW.5Events$$ 1002Snow and Ice Removal for Priority One and Two areas IAW Sections 4.3 and 4.4 of the SOW. 5Events$$ 1003Standby/Repeat Snow Removal IAW Section 5.0 of the SOW. Rate per/hour $_____________1LOT Option Year Total Price: $ Total Contract Price (Base + Option Year): $ The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a firm fixed priced contract to the responsible contractor who provides the lowest price technically acceptable offer. Technical acceptability is based on the following: 1. Contractor shall provide firms' technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation/SOW. This may include product literature, or other documents if necessary. 52.212-3 Offeror Representations and Certifications - Commercial Items (OCT 2012) 52.217-5Evaluation of Options (JUL 1990) VAAR Provisions: 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representatives of Contracting Officers (JAN 2008) 852.273-74Award Without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2014) -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards (JUL 2013) -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment (AUG 2013) -52.219-6Notice of Total Small Business Set-Aside (NOV 2011) -52.222-3Convict Labor (JUN 2003) -52.222-21 Prohibition of Segregated Facilities (FEB 1999) -52.222-26 Equal Opportunity (MAR 2007) -52.222-35Equal Opportunity of Veterans (JUL 2014) -52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) -52.222-37Employment Reports on Veterans (JUL 2014) -52.222-41Service Contract Labor Standards (May 2014) -52.222-42Statement of Equivalent Rates for Federal Hires (MAY 2014) -52.222-43Fair Labor Standards Act and Service Contract Act-PriceAdjustment (Multiple Year and Option Contracts) (SEP 2009) -52.222-50Combating Trafficking in Person (FEB 2009) -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving (AUG 2011) -52.232-34Payment by Electronic Funds Transfer- Other System for Award Management (JUL 2013) 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. 52.217-9 Option to Extend Term of the Contract (MAR 2000) a) The Government may extend the term of this contract by written notice to the Contractor within no later than 30 days before contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two years and six months. 52.232-40Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/index.asp VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24615Q0071/listing.html)
- Document(s)
- Attachment
- File Name: VA246-15-Q-0071 VA246-15-Q-0071 SNOW REMOVAL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710887&FileName=VA246-15-Q-0071-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710887&FileName=VA246-15-Q-0071-000.docx
- File Name: VA246-15-Q-0071 P09 Snow Removal SOW - 31 Oct 14.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710888&FileName=VA246-15-Q-0071-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710888&FileName=VA246-15-Q-0071-001.docx
- File Name: VA246-15-Q-0071 S02 Campus Map Priority Areas.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710889&FileName=VA246-15-Q-0071-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710889&FileName=VA246-15-Q-0071-002.pdf
- File Name: VA246-15-Q-0071 P07 Wage Determination Snow Removal Services.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710890&FileName=VA246-15-Q-0071-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710890&FileName=VA246-15-Q-0071-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-15-Q-0071 VA246-15-Q-0071 SNOW REMOVAL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1710887&FileName=VA246-15-Q-0071-000.docx)
- Record
- SN03564702-W 20141105/141103234648-5724ca69cdc40dec9831608a587ff6c2 (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 |