Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2018 FBO #5956
DOCUMENT

S -- Uniform Rental for Eagle Point National Cemetery - Attachment

Notice Date
3/13/2018
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration Pacific;Oakland, CA 94612
 
ZIP Code
94612
 
Solicitation Number
36C78618Q0263
 
Response Due
3/21/2018
 
Archive Date
3/26/2018
 
Point of Contact
Valentin Saucedo
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78618Q0263 Posted Date: 03-13-2018 Original Response Date: 03-21-2018 Current Response Time: 4:00pm(PST) Set Aside: Unristricted NAICS Code: 561720 Contracting Office Address Department of Veterans Affairs National Cemetery Administration Pacific District 1301 Clay Street, Suite 1230 North Oakland CA 94612-5209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Associated North American Industrial Classification System (NAICS) code for this procurement is 561720. The National Cemetery Administration Pacific District is seeking quotes from qualified contractors who can provide janitorial/ uniform services. The awarded contract will be a Base year w/4 Option periods at Eagle Point National Cemetery. STATEMENT OF WORK/SPECIFICATION The Contractor shall provide all labor, supplies, materials, equipment, transportation and supervision for the rental/laundry of uniforms for approximately Sixteen (16) personnel as well as ancillary requirements listed in the manner described below for the Eagle Point/Roseburg National Cemeteries Staff. All service shall be performed in accordance with the guidelines established by Federal, State and local ordinances and these specifications. Services shall include providing uniforms and laundry services. Contractor shall provide the following items/services listed with weekly service. Seven (7) restroom paper towel dispenser and refill dispensers on delivery days, Seven (7) Restroom hand soap dispensers Eleven (11) Toilet bowl and urinal biscuits biweekly. Eleven (11) Carpet runners for Admin and maintenance buildings. Six (6) Door scrubbers at entrance doors for Admin and maintenance buildings. 75 Blue (75) and Fifty Red shop towels weekly Uniforms shall be picked up by cemetery staff Friday of each week between the hours of 8:00 a.m. and 4:00 p.m. local time. Any deviation to this day, due to holidays, weather, etc. shall be agreed to with the Contracting Officer s Representative (COR) with at least 24 hours advanced notice prior to arriving at the cemetery to perform work. The unit price is all-inclusive and covers a complete set of uniforms for each employee at a per week cost per employee. The Contractor and COR will certify the invoices to verify the number of garment services, including any replacements. Invoices shall reference the appropriate purchase order number. NCA agrees to pay the contractor for the actual number of uniforms serviced. NCA will not pay for uniforms that have not been delivered, cleaned, laundered, or pressed. Number of employees that require uniforms may increase or decrease at any time. If additional employees are added due to new hires or summer help, the cost per employee shall remain the same. Any changes shall be authorized and approved only through written correspondence from the Contracting Officer. National cemeteries are National shrines; Contractor personnel appearance and conduct shall be professional and unobtrusive at all times. Questions from cemetery visitors shall be politely referred or directed to cemetery personnel. (END OF WORK STATEMENT) Base Year: Date of award through September 30, 2018 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 0001 Field Uniform Shirts with name and cemetery patches (16 employees) Rental, cleaning, alteration, repairs 12 MO $________ $___________ 0002 Field Uniform, Pants (16 employees) Rental, cleaning, alteration, repairs 12 MO $________ $___________ 0003 Ancillary requirements as identified in the Statement of Work Seven (7) restroom paper towel dispenser and refill dispensers on delivery days, Seven (7) Restroom hand soap dispensers Eleven (11) Toilet bowl and urinal biscuits biweekly. Eleven (11) Carpet runners for Admin and maintenance buildings. Six (6) Door scrubbers at entrance doors for Admin and maintenance buildings. 75 Blue (75) and Fifty Red shop towels 52 WK $________ $___________ Total Base Period: $___________ Option Year One: October 1, 2018 to September 30, 2019 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 1001 Field Uniform Shirts with name and cemetery patches (16 employees) Rental, cleaning, alteration, repairs 12 MO $________ $___________ 1002 Field Uniform, Pants (16 employees) Rental, cleaning, alteration, repairs 12 MO $________ $___________ 1003 Ancillary requirements as identified in the Statement of Work Seven (7) restroom paper towel dispenser and refill dispensers on delivery days, Seven (7) Restroom hand soap dispensers Eleven (11) Toilet bowl and urinal biscuits biweekly. Eleven (11) Carpet runners for Admin and maintenance buildings. Six (6) Door scrubbers at entrance doors for Admin and maintenance buildings. 75 Blue (75) and Fifty Red shop towels 52 WK $________ $___________ Total Option Year One: $___________ Option Year Two: October 1, 2019 to September 30, 2020 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 2001 Field Uniform Shirts with name and cemetery patches (16 employees) Rental, cleaning, alteration, repairs 12 MO $________ $___________ 2002 Field Uniform, Pants (16 employees) Rental, cleaning, alteration, repairs 12 MO $________ $___________ 2003 Ancillary requirements as identified in the Statement of Work Seven (7) restroom paper towel dispenser and refill dispensers on delivery days, Seven (7) Restroom hand soap dispensers Eleven (11) Toilet bowl and urinal biscuits biweekly. Eleven (11) Carpet runners for Admin and maintenance buildings. Six (6) Door scrubbers at entrance doors for Admin and maintenance buildings. 75 Blue (75) and Fifty Red shop towels 52 WK $________ $___________ Total Option Year Two: $___________ Option Year Three: October 1, 2020 to September 30, 2021 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 3001 Field Uniform Shirts with name and cemetery patches (16 employees) Rental, cleaning, alteration, repairs 12 MO $________ $___________ 3002 Field Uniform, Pants (16 employees) Rental, cleaning, alteration, repairs 12 MO $________ $___________ 3003 Ancillary requirements as identified in the Statement of Work Seven (7) restroom paper towel dispenser and refill dispensers on delivery days, Seven (7) Restroom hand soap dispensers Eleven (11) Toilet bowl and urinal biscuits biweekly. Eleven (11) Carpet runners for Admin and maintenance buildings. Six (6) Door scrubbers at entrance doors for Admin and maintenance buildings. 75 Blue (75) and Fifty Red shop towels 52 WK $________ $___________ Total Option Year Three: $___________ Option Year Four: October 1, 2021 to September 30, 2022 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 4001 Field Uniform Shirts with name and cemetery patches (16 employees) Rental, cleaning, alteration, repairs 12 MO $________ $___________ 4002 Field Uniform, Pants (16 employees) Rental, cleaning, alteration, repairs 12 MO $________ $___________ 4003 Ancillary requirements as identified in the Statement of Work Seven (7) restroom paper towel dispenser and refill dispensers on delivery days, Seven (7) Restroom hand soap dispensers Eleven (11) Toilet bowl and urinal biscuits biweekly. Eleven (11) Carpet runners for Admin and maintenance buildings. Six (6) Door scrubbers at entrance doors for Admin and maintenance buildings. 75 Blue (75) and Fifty Red shop towels 52 WK $________ $___________ Total Option Year Four: $___________ Total Base and all Option Years Place of Performance Eagle Point National Cemetery 2763 Riley Rd Eagle Point, OR 97524 Award shall be made to the quoter, whose quotation for award, such as "offers the best value to the government, considering technical capability, past performance, and price."] The government will evaluate information based on the following evaluation criteria: "(1) technical capability factor "meeting or exceeding the requirement, (2) past performance, and (3) price. When evaluation factors are used, the contracting officer may insert a provision substantially the same as the provision at 52.212-2, Evaluation Commercial Items, in solicitations for commercial items or comply with the procedures in 13.106 if the acquisition is being made using simplified acquisition procedures. When the provision at 52.212-2 is used, paragraph (a) of the provision shall be tailored to the specific acquisition to describe the evaluation factors and relative importance of those factors. However, when using the simplified acquisition procedures in Part 13, contracting officers are not required to describe the relative importance of evaluation factors. Offers shall be evaluated in accordance with the criteria contained in the solicitation. For many commercial items, the criteria need not be more detailed than technical (capability of the item offered to meet the agency need), price and past performance. Technical capability may be evaluated by how well the proposed products meet the Government requirement instead of predetermined sub factors. Solicitations for commercial items do not have to contain sub factors for technical capability when the solicitation adequately describes the item s intended use. A technical evaluation would normally include examination of such things as product literature, product samples (if requested), technical features and warranty provisions. Past performance shall be evaluated in accordance with the procedures in 13.106 or Subpart 15.3, as applicable. The contracting officer shall ensure the instructions provided in the provision at 52.212-1, Instructions to Offerors Commercial Items, and the evaluation criteria provided in the provision at 52.212-2, Evaluation Commercial Items, are in agreement. Select the offer that is most advantageous to the Government based on the factors contained in the solicitation. Fully document the rationale for selection of the successful offeror including discussion of any trade-offs considered The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) FAR 52.225-18, Place of Manufacture FAR 52.233-2, Service of Protest VAAR 852.246-7, Guarantee VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference VAAR 852.252-70 includes the following provisions that must be completed by the offeror: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.\ The Contracting Officer s address is: National Cemetery Administration 75 Barrett Heights Road, Ste 309 Stafford, VA 22556 The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are included as addenda to FAR 52.212-4: FAR 52.217-8, Option to Extend Services (Nov 1999) *30 calendar days FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) * 30; 60; Five years FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) https://www.wdol.gov/ All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) via email to the CO. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is an Unrestricted solicitation for services as defined herein.    The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to the Purchasing Agent: Valentin Saucedo, valentin.saucedo@va.gov Oakland Memorial Service Network 1301 Clay Street, Suite 1230 North Oakland, CA 94612-5209 NLT, March 21, 2018, at 4:00pm (PST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail; valentin.saucedo@va.gov to the Purchasing Agent, (510-637-6288). End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0263/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0263 36C78618Q0263.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4148223&FileName=36C78618Q0263-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4148223&FileName=36C78618Q0263-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04851928-W 20180315/180313230854-09105d5d6f559bf5345a06a57ed45187 (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.