DOCUMENT
S -- BUFFALO VAMC COMBINED JANITORIAL SERVICES (HOMELES PROGRAM - ST VINCENTS & BUFFALO VET CENTER) - Attachment
- Notice Date
- 3/24/2015
- Notice Type
- Attachment
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;400 Fort Hill Ave.;Canandaigua NY 14424
- ZIP Code
- 14424
- Solicitation Number
- VA52815Q0138
- Response Due
- 4/24/2015
- Archive Date
- 7/23/2015
- Point of Contact
- Les.Lecceardone@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Solicitation Number: VA528-15-Q-0138 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA528-15-Q-0138 and is issued as a Request for Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a Service Disable Veteran Owned Small Business set aside. The North American Industry Classification System (NAICS) code is 561720, and the size standard is $16.5 million. (v) This requirement consists of the following: see Statement of Work for both locations herein. SECTION A A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS Table of Contents SECTION A1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1 SECTION B - CONTINUATION OF SF 1449 BLOCKS3 B.1 CONTRACT ADMINISTRATION DATA3 B.2 STATEMENT OF WORK BUFFALO VET CENTER4-5 B.3 STATEMENT OF WORK BUFFALO HOMELESS PROGRAM6-17 B.4 PRICE/COST SCHEDULE18-20 B.5 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)21 SECTION C - CONTRACT CLAUSES22 C.1 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)22 C.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)22 C.3 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)22 C.4 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009)23 C.6 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)24 C.6 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)25 C.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)25 C.8 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2014)26 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS33 SECTION E - SOLICITATION PROVISIONS34 E.1 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012)34 E.2 52.217-5 EVALUATION OF OPTIONS (JUL 1990)34 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00242 Les Lecceardone Department of Veterans Affairs Network Contracting Office 400 Fort Hill Ave. Canandaigua NY 14424 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer-Other Than System For Award Management, or []52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[X] MONTHLY IN ARREARS 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Tungsten Network http://www.tungsten-network.com/us/en/veterans-affairs ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NODATE B.2 STATEMENT OF WORK Buffalo Vet Center - Janitorial Service 2372 Sweet Home Rd., Amherst, NY 14228 2.1 BACKGROUND a.The contractor shall furnish all Labor, Materials, Equipment, Supervision and Travel necessary to provide Janitorial Services for a 3600 sq. ft. facility for the Department of Veterans Affairs - WNY Healthcare System Day Treatment Center, Buffalo Vet Center located at 2372 Sweet Home Road, Amherst, NY 14228 for the Base Period of Performance of May 1, 2015 (or Date of Award) through September 30, 2015 with four possible Option Years. 2.2 GENERAL REQUIREMENTS AND INFORMATION a.Required cleaning services three days per week. In the event of a holiday, services will be provided the next business day. Services to be performed during business hours, preferably in the mornings. b.Vet Center to Provide: Paper towels, toilet paper, plastic trash bags, hand soap, mop, vacuum cleaner and liquid cleaning products. The contractor shall advise Office Manager or COR when the Buffalo Vet Center is running out of supplies so they can be ordered with no interruption to service. 2.3 STATEMENT OF WORK A. Restrooms Three times per week: a. Floors to be swept & damp mopped. b. Toilets to be sanitized; washbasins to be cleaned. c. Mirrors, dispensers & fixtures damp-wiped and polished. d. Paper towel waste receptacles to be emptied; soap, towel and toilet paper dispensers to be refilled. Once per Month: e. Waste paper receptacles to be damp-wiped inside & out if needed. B. Office Areas, Conference Rooms, Kitchen & Corridor: Three times per week: a. Wastebaskets to be emptied and wastepaper & trash & recyclables to be removed to dumpster. b. Televisions dry dusted. c. Rugs vacuumed. d. Drinking fountain to be cleaned & polished. e. Desktops, computer monitors & phones dusted. f. Clean kitchen sink and countertops. Wipe kitchen table/chairs. g. Tile floors damp mopped. Some light furniture may need to be moved in center hallway and kitchen. h. Furniture, window sills and door frames dusted. i. Entrance door glass cleaned inside & out (3 doors). j. Artwork dry-dusted. k. Baseboards dusted. l. Dust window blinds, window ledges, chairs, tables, bookcases with treated cloth. m. Display cabinets -outer glass cleaned. n. Wipe down walls with noticeable splatters within 70" of floor. o. Dust cobwebs -windows, above/under furniture. p. Clean inside/outside microwave. q. Wipe outside fridge. r. Re-stock kitchen towels. s. Wipe coffee maker/toaster. t. Floor Lamps dusted/cleaned. u. Glass door in reception office cleaned. v. Dust office equipment. w. Magazines/articles stacked neatly on table. C. Waste Collection Removal Three times per week: a. All trash & recyclables collected & put in dumpster. b. Plastic bags to be replaced upon removal of waste. D. Carpet Cleaning Two times per year: Carpets shampooed & deep cleaned. As needed: Spot cleaning of carpets when required by COR. 2.4OTHER REQUIREMENTS b.The contractor must comply with the following general requirements: c.The Contractor shall comply with Federal, State, and Local Laws, plus any Federal Regulations as applicable to the performance of this contract. d.The Contractor shall not accept any instructions issued by any person employed by the U. S. Government, other than: the Contracting Officer (CO), or the Contracting Officers Representative (COR), all acting within the limits of their authority. e.Additional work performed outside of the Scope of Work must be have prior approval by the CO, and must be supported by a separate funding document or purchase order. B.3 STATEMENT OF WORK HOMELESS PROGRAM - ST. VINCENT'S 1298 MAIN STREET, BUFFALO, NY 14209 3.1 BACKGROUND The contractor shall furnish all necessary supervision, labor, tools and materials required to provide janitorial services for the VA Western New York Healthcare System - St. Vincent's Homeless Program, 1298 Main Street, Buffalo, NY 14209. The facility consists of 6,283 net usable square feet, plus the common area hallway between the elevator and entrance to the homeless facility. The requirement calls for janitorial service to be provided three days per week (Monday, Wednesday & Friday) for a Base Period of Performance of May 1, 2015 (or Date of Award) through September 30, 2015 with four possible Option Years. In the event of a holiday, services will be provided on the next business day. 3.2 GENERAL REQUIREMENTS AND INFORMATION The contractor shall furnish all necessary supervision, labor, tools, materials required to provide janitorial services for the VA Western New York Healthcare System - Homeless Program, 1298 Main St., Buffalo, NY 14209. Upon arrival at the St. Vincent's facility, the contractor shall buzz in and be admitted by the Contracting Officer's Representative (COR) or a designee. Contractor is to schedule the dates and times of their visits with the COR. Requests to perform services in off-hours, weekends, or any other time outside the times defined in section '3.3' of this solicitation shall be granted or denied by the COR on a case-by-case basis and are non-negotiable. Under no circumstances shall the staff of St. Vincent's be asked to move furniture or any other objects in order to assist the contractor with any portion of this contract. Refusal of the St. Vincent's staff to move any object shall not be an acceptable cause of incomplete performance by the contractor. 3.3 STATEMENT OF WORK IN ADDITION to the list of ongoing requirements below, the contractor shall perform the following tasks within the first 10 business days after contract award: a.All rugs within the facility shall be shampooed and deep-cleaned. b.All resilient floors in the facility (including the janitor's storage closet) shall be stripped, cleaned, and waxed with a high-gloss, non-slip finish. c.The shower area shall be thoroughly cleaned and scrubbed. d.All garbage cans that regularly are used to deposit food scraps or remnants are to be thoroughly scrubbed and steam cleaned. The restroom garbage can shall also be cleaned in this manner. e.All glass surfaces in the facility's doors are to be cleaned. f.All walls and baseboards in the facility are to be spot-cleaned to return them to a uniform level of cleanliness. A.TOILET AND SHOWER AREA: i) Required Three Times a Week: 1.Mop and disinfect tiled flooring. 2.Clean and disinfect mirrors, shelving, dispensers and washroom fixtures. 3.Empty trash and replace liners as needed. (Contractor shall provide all large & small can liners/garbage bags as necessary). 4.Replace/refill all bathroom supplies (one ply toilet tissue, hand towels, soap) all supplies shall be furnished by the contractor. ii) Required Weekly 1.Clean and disinfect shower area floor, walls and fixtures. iii) Required Monthly 1. Clean and disinfect trash receptacles. 2. Clean and disinfect bathroom wall, stall partitions and doors. B. OFFICE AREAS, CONFERENCE ROOMS, ACTIVITY AREA AND ADJACENT CORRIDORS i) Required Three Times a Week 1.Empty trash and replace liners as needed. (Contractor shall provide all large & small can liners/garbage bags as necessary). 2.Dust with a treated dust cloth all horizontal surfaces of desks. 3.Sweep all resilient floors to include under furniture. 4.Spot clean plastic floor guards as needed. 5.Clean and vacuum all rugs. 6.Spot clean all rugs as required. ii) Required Weekly: 1.Dust Horizontal surfaces of file cabinets, chairs, tables, bookcases, window sills and other furniture with a treated dust cloth. 2. Dust all office equipment with a treated dust cloth. C. CORRIDORS AND LOBBIES i) Required Three Times a Week 1. Sweep all resilient floors. 2. Vacuum all carpets. 3. Spot clean carpets as required. 4. Mop all resilient flooring adjacent to exterior entrances. 5. Clean and sanitize all drinking fountains. ii) Required Weekly: 1. Mop all resilient floors not having exterior entrances. iii) Required Quarterly (every 90 calendar days). 1. Strip, clean and wax all resilient flooring with a high-gloss non-slip finish wax. D.ENTRANCES (FRONT AND SIDE): GLASS i) Required Three Times a Week 1.Completely clean twice a week and spot clean the third day the interior and exterior of entrance glass and doors. ii) Required Weekly 1. Damp-wipe all unpainted metal doors. E.ENTRANCES (FRONT AND SIDE): WASTE REMOVAL i) Required Three Times a Week 1. Empty trash and replace liners as needed (Contractor shall provide all large & small can liners/garbage bags as necessary). 2.All refuse, trash and garbage collected shall be placed in the dumpster located on site. ii) Required Weekly 1. Wash and disinfect or steam clean (steam cleaner located in kitchen) the inside and outside surfaces of waste cans used for the collection of food remnants. F.STORAGE SPACE OFF ENTRANCE HALLWAY i) Required Three times a week 1.Sweep floor area of storage space with a treated sweep mop. G.ALL ROOMS (to include office, storage and adjacent hallway areas) i) Required Every Other Week 1. Spot clean all wall surfaces within approximately 70" of the floor. 2. Dust to remove all cobwebs. ii) Required Monthly 1. Damp-wipe all glass in doors, partitions, pictures and bookcases. iii) Required Quarterly (every 90days) 1. Strip, clean and wax with a high-gloss, non-slip finish wax all resilient flooring. iv) Required Three Times a Year (every 120 days) 1. Clean by dusting or vacuuming all surfaces 70" or more from the floor to include venetian blinds and light fixtures. v) Required Twice a Year (every 180 days) 1. Wash all light fixtures inside and out. 2. Steam clean the fabric on all chairs. vi) Required once a year 1. Steam clean all carpets. H.MISCELLANEOUS CLEANING i) As Required 1. Remove all stains from all carpets. ii) Required Monthly 1.Clean and polish all chrome on sink in Kitchen. 2.Clean counter space around sink in kitchen. iii) Required Quarterly 1.Vacuum or dust, and wipe with a damp cloth all upper level surfaces (walls, ceiling, beams, vents, ductwork, and lighting fixtures). I.REPORTING REQUIREMENTS Contractor shall perform the work as described above and leave a relevant completed checklist (forms attached) for the Contracting Officer's Representative to sign. A signed, copy indicating all acceptable and unacceptable conditions will be made available to the contractor. J.SPECIAL REQUIREMENTS "Emergency Type" Cleaning (e.g. clean-up of bodily fluids) may be requested by COR upon their discretion both at the arrival of cleaning staff for regular tour of duty or outside of regular tour. All "Emergency Type" cleaning performed during regular tour (8:00am-4:00pm) shall be done at the regular monthly rate for services. All "Emergency Type" cleaning outside of regular tour will be performed at the on-call rate and will be on site within an hour of receiving the request for "Emergency Type" Cleaning. ADDITIONAL REQUIREMENTS "Contractor shall be furnished a designated area in which to store cleaning supplies and equipment. This area is to be maintained in a clean, orderly, and professional manner at all times. The contractor is expected to mop and/or scrub this area as needed to maintain this government-furnished space. The COR may request at any time that this area is cleaned or organized. "Contractor shall supply material safety data sheets (MSDS sheets) for each product they use. These MSDS sheets shall be updated yearly, and each new product used by the contractor shall have the appropriate MSDS sheet supplied. These sheets shall be stored on a clipboard provided by the COR in the aforementioned storage space. MSDS sheets shall be made available for any product at any time requested by the COR, and the COR may refuse the use of any product by the contractor if MSDS sheets cannot be provided. 3.4 HIPPA COMPLIANCE Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). In accordance with HIPAA, the Contractor will be required to enter into a Business Associate Agreement (BAA) with VA. 3.5 SUPERVISION There shall be one working supervisor on duty during regularly scheduled working hours and during special cleaning projects. 3.6 FEDERAL HOLIDAYS New Year's DayMartin Luther King DayPresident's Day Memorial DayIndependence DayLabor Day Columbus DayVeteran's DayThanksgiving Day Christmas Day 3.7 QUALITY ASSURANCE SURVEILLANCE PLAN INTRODUCTION This Quality Assurance Surveillance Plan (QASP) has been developed to evaluate contractor actions while implementing this Performance Work Statement (PWS). It is designed to provide an effective surveillance method of monitoring contractor performance for each listed objective on the Performance Requirements Summary (PRS) in the janitorial contract. The QASP provides a systematic method to evaluate the services the contractor is required to furnish. This QASP is based on the premise the Government desires to maintain a quality standard in operating, maintaining, and repairing facilities and that a service contract to provide the service is the best means of achieving that objective. The contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is quality assurance to ensure contract standards are achieved. In this contract the quality control program is the driver for product quality. The contractor is required to develop a comprehensive program of inspections and monitoring actions. The first major step to ensuring a "self-correcting" contract is to ensure that the quality control program approved at the beginning of the contract provides the measures needed to lead the contractor to success. Once the quality control program is approved, careful application of the process and standards presented in the remainder of this document will ensure a robust quality assurance program. Table 1: Performance Standards Performance ObjectivePerformance StandardSOW ParaPerformance ThresholdDisincentive Cleaning requirements for all areas to be done three times a week "Floors, baseboards, and corners are free of dirt, dust and debris. "Rugs are free of dirt, debris and other foreign matter. "Trash cans are empty; Plastic liners are in good condition. Trash containers are free of odors and visible dirt. Trash is emptied into dumpster. "Glass and mirrors have no traces of film, dirt, smudges, or water "All bathroom room fixtures and shelving are free from dirt deposits, hair and other accumulations "Bathroom supplies are refilled within a day of being used up "All horizontal surfaces are free of dirt, dust, residue and debris. "Obvious spills/messes on carpets and plastic floor guards are cleaned "Drinking fountains are disinfected and free of streaks, stains, spots, smudges, scale and other deposits.3.3 A. i) 1. 3.3 A. i) 2. 3.3 A. i) 3. 3.3 A. i) 4. 3.3 A. i) 5. 3.3 A. i) 6. 3.3 C. i) 1. 3.3 C. i) 2. 3.3 C. i) 3. 3.3 C. i) 4. 3.3 C. i) 5. 3.3 D. i) 1. 3.3 E. i) 1. 3.3 E. i) 2. 3.3 F. i) 1. No more than 5 complaints in regards to any of the requirements in a one month period. Based on the severity of the issue an issue can count as two or three complaints.From 6-10 complaints: 5% deduction of the monthly invoice and an additional 5% cumulative deduction for every additional 5 complaints registered. Weekly cleaning requirements for all areas "All shower room fixtures are free from deposits, hair and other accumulations "All shower room floors, baseboards, corners are free of dirt, dust and debris "Dust, dirt and cobwebs are not visible "Floors, baseboards, and corners are free of dirt, dust and debris. "All unpainted doors are free of dirt, dust and accumulations "Trash containers are free of accumulations, visible dirt and odors.3.3 A. ii) 1. 3.3 B. ii) 1. 3.3 B. ii) 2. 3.3 C. ii) 1. 3.3 D. ii) 1. 3.3 E. ii) 1. No more than 3 complaints in regards to any of the requirements in a one month period. Based on the severity of the issue an issue can count as two or three complaints.A 5% deduction of the monthly invoice occurs on the 4th complaint and an additional 5% cumulative deduction for every additional 2 complaints registered. Every other week cleaning requirements"Obvious spills/messes on walls are cleaned "Dust and cobwebs are not visible 3.3 G. i) 1. 3.3 G. i) 2.No more than 3 complaints in regards to any of the requirements in a one month period. Based on the severity of the issue an issue can count as two or three complaintsA 5% deduction of the monthly invoice occurs on the 3rd complaint and an additional 5% cumulative deduction for each additional complaint registered. Monthly cleaning requirements for all areas "Trash cans are empty; Plastic liners are in good condition. Trash containers are free of odors and visible dirt. "All bathroom walls, partitions and doors are free from deposits, hair and other accumulations "Glass shall be free of film, dirt, smudges, water, and other foreign matter "All surfaces are free of dirt, dust, residue and debris. "Kitchen fixtures are free of film, dirt, smudges, water, and other foreign matter "Kitchen counter space is dry and free of dirt, dust, residue, and debris3.3 A. iii) 1. 3.3 A. iii) 2. 3.3 G. ii) 1. 3.3 H. ii) 1. 3.3 H. ii) 2. No more than 3 complaints in regards to any of the requirements in a one month period. Note: Based on the severity of the issue an issue can count as two or three complaints.A 5% deduction of the monthly invoice occurs on the 4th complaint and an additional 5% cumulative deduction for every additional 2 complaints registered. Quarterly cleaning requirement for all areas"All horizontal surfaces are free of dirt, dust, residue and debris. "Floors have a glossy uniform appearance free of scuffmarks, heel marks, wax build-up, and other stains and discoloration. 3.3 G. iii) 1. 3.3 H. iii) 1.No more than 2 complaints in regards to any of the requirements in a one month period. Note: Based on the severity of the issue an issue can count as two or three complaints. All quarterly requirements must be completed in the same calendar monthA 5% deduction of the monthly invoice occurs on the 3rd complaint and an additional 5% cumulative deduction for each additional complaint registered. Three times a year cleaning requirements "All horizontal surfaces are free of dirt, dust, residue and debris.3.3 G. iv) 1.No more than 3 complaints in regards to any of the requirements in a one month period. From 4-6 complaints: 5% deduction of the monthly invoice and an additional 5% cumulative deduction for every additional 3 complaints registered. Semi-annual cleaning requirements"Light fixtures have no traces of film, dirt, smudges, cobwebs or bugs in the lenses "Furniture clean of crumbs, dirt, hair, lint, spill residue and removable stains3.3 G. v) 1. 3.3 G. v) 2.No more than 2 complaints in regards to any of the requirements in a one month period. Note: Based on the severity of the issue an issue can count as one or two complaints.A 5% deduction of the monthly invoice occurs on the 3rd complaint and an additional 5% cumulative deduction for each additional complaint registered. Annual Cleaning requirements"Carpets are free of ground in dirt, debris, litter and other foreign matter3.3 G. vi) 1.No more than 2 complaints for different locations in regards to the results of the annual steam cleaning of carpets Special requirements"It takes no more than an hour to reach a contractor after an incident has occurred off hours "Contractor arrives on site within an hour of being notified by facility "Incident is cleaned to standards mentioned in sections above for the appropriate surface3.3 J.No more than 2 complaints in regards to any of the requirements in a one year period. A 5% deduction of the monthly invoice in which the 3rd complaint occurs and an additional 5% cumulative deduction for each additional complaint registered for that given month. 3.8 SURVEILLANCE The Contracting Officer's Representative (COR) will receive complaints from Government personnel and pass them to the contractor's quality control inspector (QCI) for correction, as well as do daily random spot checks within the facility. The COR will have the responsibility for completing QA monitoring forms used to document the inspection and evaluation of the contractor's work performance. 3.9 PERFORMANCE THRESHOLD The performance threshold for each of the requirement sections within the scope of work has their own threshold value based on the frequency and scope of the requirements in the section. An incident can merit multiple infractions based on the scope of the infraction (ex. the majority of the carpets are not cleaned properly, the majority of the hallway is not mopped, waxed or buffed properly, the majority of the windows are not properly cleaned). The COR shall notify the Contracting Officer for appropriate action in accordance with FAR 52.212.4, Contract Terms and Conditions-Commercial Items (February 2007) or the appropriate Inspection of Services clause, if any of the above service areas exceed the customer complaints. 3.10 METHODOLOGIES TO MONITOR PERFORMANCE In an effort to minimize the contract administration burden, simplified methods of surveillance techniques shall be used by the Government to evaluate contractor performance. The primary methods of surveillance are random checks, observations, inspections, complaints and review of those records and files that are required to be maintained and delivered under this statement of work. The Government will use appointed representatives, as well as reports and input from Center employees and visitors as sources of comments on the contractor's performance. The contractor is expected to establish and maintain professional communication between its employees and customers. The primary objective of professional communication between employees and customers is customer satisfaction. Customer satisfaction is the most significant external indicator of the success and effectiveness of all services provided and can be measured through customer complaints. Performance management drives the contractor to be customer focused through initially addressing customer complaints and investigating the issues and/or problems. The acceptable quality levels (AQL) located in the Table 1: Performance Requirements for contractor performance are structured to allow the contractor to manage how the work is performed while providing negative incentives for performance shortfalls. 3.11 FAILURE TO PERFORM The contractor may receive deductions or even termination based on failure to perform. The following criteria apply for determining appropriate action: 1.Notifications. Consistent with FAR Part 49, the CO shall notify the service provider of failure to meet standards through QA monitoring forms, cure notices, or show cause notices and shall inform the service provider manager or designated alternate of such notices. 2.Deductions. The Government has the right to deduct a specified dollar amount for failure to meet performance standards. The amount is identified in Table 1. 3.Termination. If the CO determines that the contractor has failed to perform to the extent that a termination for default is justified, the CO shall issue a notice of termination, consistent with FAR Part 49. This consists of failing to meet the performance thresholds for three consecutive months. Failure to meet the performance thresholds for four cumulative months in an option period will be considered grounds for not awarding the following option period. 3.12 SITE VISIT WALKTHROUGH There will be an optional contractor walkthrough of each facility on Wednesday April 1, 2015. It is mandatory that each contractor RSVP to Les Lecceardone by email (Les.Lecceardone@va.gov) or telephone (585-393-8035) by 2:00 pm on March 31, 2015 if you plan to attend the walkthrough. 1). Site Visit walkthrough with the Homeless Program at St. Vincent's located at 1298 Main Street, Buffalo NY 14209 is scheduled for 9:00 am on April 1, 2015. 2). Site Visit walkthrough with the Day Treatment Program at the Buffalo Vet Center facility located at 2372 Sweet Home Road in Amherst, NY 14428 is scheduled for 2:00 pm on April 1, 2015. B.4 PRICE/COST SCHEDULE: Base Period May 1st, 2015 through Sep 30th, 2015: QuantityUnitUnit CostTotal Cost 1.Janitorial Services - Buffalo Vet Center, 2372 Sweet Rd. Amherst, NY 14228 5 Month $________ $__________ 2.Janitorial Services - St. Vincent's Homeless Program, 1298 Main St. Buffalo, NY 14209 5 Month $________ $__________ Total Base Period for Both Sites. $___________ Option Year 1 - Oct 1st, 2015 through Sep 30th, 2016: QuantityUnitUnit CostTotal Cost 1.Janitorial Services - Buffalo Vet Center, 2372 Sweet Rd. Amherst, NY 14228 12 Month $________ $_________ 2.Janitorial Services - St. Vincent's Homeless Program, 1298 Main St. Buffalo, NY 14209 12 Month $________ $_________ Total Option Year One Cost for Both Sites.$__________ Option Year 2 - Oct 1st, 2016 through Sep 30th, 2017: QuantityUnitUnit CostTotal Cost 1.Janitorial Services - Buffalo Vet Center, 2372 Sweet Rd. Amherst, NY 14228 12 Month $________ $_________ 2.Janitorial Services - St. Vincent's Homeless Program, 1298 Main St. Buffalo, NY 14209 12 Month $________ $__________ Total Option Year Two Cost for Both Sites. $__________ Option Year 3 - Oct 1st, 2017 through Sep 30th, 2018: QuantityUnitUnit CostTotal Cost 1.Janitorial Services - Buffalo Vet Center, 2372 Sweet Rd. Amherst, NY 14228 12 Month $________ $__________ 2.Janitorial Services - St. Vincent's Homeless Program, 1298 Main St. Buffalo, NY 14209 12 Month $________ $__________ Total Option Year Three Cost for Both Sites. $___________ Option Year 4 - Oct 1st, 2018 through Sep 30th, 2019: QuantityUnitUnit CostTotal Cost 1.Janitorial Services - Buffalo Vet Center, 2372 Sweet Rd. Amherst, NY 14228 12 Month $________ $_________ 2.Janitorial Services - St. Vincent's Homeless Program, 1298 Main St. Buffalo, NY 14209 12 Month $________ $_________ Total Option Year Four Cost for Both Sites.$__________ Aggregate Total (Base plus 4 Option Years) $____________ Emergency Hourly Cleaning Rate $____________ B.5 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) SECTION C - CONTRACT CLAUSES ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: C.1 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 the end of the contract. (End of Clause) C.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of the end of the contract; 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 five (5) years. (End of Clause) C.3 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) C.4 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) C.5 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) C.6 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of New York. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) C.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) FAR NumberTitleDate 52.232-18AVAILABILITY OF FUNDSAPR 1984 52.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 2013 C.8 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). [X] (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (43) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (50) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee ClassMonetary Wage-Fringe Benefits WAGE DETERMINATIONS: U.S. Department of Labor Wage Determination: In compliance with Section IV, Contract Clauses, incorporating the provisions of FAR 52.222-41 Service Contract Act of 1965, and FAR Clause 52.222-42, Statement of Equivalent Rates for Federal Hires, offerors are advised that service workers employed under any contract resulting from this solicitation shall be paid not less than the minimum amounts shown in the U.S. Department of Labor Wage Determination available at: http://www.wdol.gov/. WD 05-2371 (Rev.-17) was first posted on www.wdol.gov on 12/30/2014. [X] (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (10) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (x) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiii) 52.222-54, Employment Eligibility Verification (AUG 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS THIS PAGE LEFT BLANK INTENTIONALLY SECTION E - SOLICITATION PROVISIONS ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: E.1 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that- (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of Provision) E.2 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) FAR NumberTitleDate 52.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONSDEC 2012 (End of Addendum to 52.212-1) LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) BASIS FOR CONTRACT AWARD: This RFQ will adopt, for purposes of quotation evaluation only, the LPTA methodology described in FAR 15.101-2, as supplemented. The government reserves the right to utilize all or some of the sub-elements of FAR 15 during the course of this evaluation, but shall not be bound to any such subsections beyond their sole discretion. Such adoption is for evaluation purposes only -this procurement is being conducted under Simplified Acquisition Procedures. The Government intends to select ONE contractor for award of this effort. For the purpose of award, the government shall evaluate offers based on the evaluation factors described below: FACTOR 1: Technical Acceptability (Pass/Fail) Please include the following information with your quote: 1.Business plan to ensure that all weekly, monthly, quarterly and requirements are met, while ensuring that the daily requirements are not neglected. 2.Personnel plan to address issues of unforeseen absences, vacations and employee turnover. 3.Response plan to emergency clean-up calls including turnaround time of arrival, capabilities and staffing. 4.References for the previous 24 months, for work performed in a medical and/or psychiatric clinic setting where janitorial services were performed or are currently performed. References shall include point of contact with name, address, phone number and e-mail address. 5.Names and qualifications of on-site supervisory personnel who will be responsible for the coordination and documentation of performance of the contract. 6.List of products to be used in the performance of this contract. FACTOR 2: Past Experience The Offeror shall demonstrate prior prime contractor (SDVOSB) experience listing only service contracts awarded within the last two years similar in size, scope and complexity to the solicitation service. Include the following information for each service contract listed: 1.Name, Address, Telephone Number, and Fax Number of a customer point of contact (POC) who would have the most detailed information about the Offeror's performance. 2. Location, award date, original completion date, actual completion date, original contract award amount, final contract amount. Include names, addresses and phone numbers of subcontractors used. Offerors with no relevant history of past performance will not be evaluated favorably or unfavorably on Past Performance. FACTOR 3: Cost/Price The government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance including any option prices if applicable. Provide pricing in Section B.4 in the Price/Cost Schedule Section. Rejection of Unrealistic Offers: The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, or are unbalanced, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. Source Selection Decision: The government shall select the source based upon a best value evaluation of the offeror's technical acceptability, satisfactory past performance and price. The government shall choose the lowest realistically priced, responsive, with satisfactory performance, and technically acceptable offer for award. ***The Technical Proposal and Price Proposal must be submitted via e-mail to Les.Lecceardone@va.gov as two separate documents in order to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA52815Q0138/listing.html)
- Document(s)
- Attachment
- File Name: VA528-15-Q-0138 VA528-15-Q-0138_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1937533&FileName=VA528-15-Q-0138-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1937533&FileName=VA528-15-Q-0138-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-15-Q-0138 VA528-15-Q-0138_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1937533&FileName=VA528-15-Q-0138-000.docx)
- Place of Performance
- Address: Buffalo Vet Center;2372 Sweet Home Rd., Amherst, NY 14228;VA Homeless Program St. Vincent's;1298 Main St., Buffalo, NY 14209
- Zip Code: 14215
- Zip Code: 14215
- Record
- SN03677199-W 20150326/150324235001-b7afa37cadc2d7a4f63fa3e67d2b156c (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 |