DOCUMENT
S -- Lev/Ft Lev Solicitation of new contract for uniform rental and laundry for 20 field employees B+4 - Attachment
- Notice Date
- 5/29/2018
- Notice Type
- Attachment
- NAICS
- 812331
— Linen Supply
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618Q0362
- Response Due
- 6/11/2018
- Archive Date
- 7/11/2018
- Point of Contact
- Katherine E Iacovelli
- E-Mail Address
-
8-7231<br
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION RENT AND CLEAN EMPLOYEE UNIFORMS AT LEAVENWORTH NATIONAL CEMETERY GENERAL INFORMATION Solicitation Number: 36C78618Q0362 Post Date: 05/25/2018 Response Date: 06/11/2018 at 12:00 pm Eastern Questions in writing only by noon on 6/6/2018 Applicable NAICS: 812331 Size Standard is $32.5 M. Classification Code: W Set Aside Type: Small Business Period of Performance: Date of Award through September 30, 2018 with (3) one-year options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Midwest District 75 Barrett Heights Rd, Ste 309 Stafford, VA 22556 Place of Performance: Leavenworth National Cemetery 150 Muncie Rd Leavenworth, KS 66048 Attachments: A. Wage Determination No.: 2015-5105 Rev. 5 Revised: 1/10/2018 B. SF1449 Description: This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. This is a solicitation issued as a request for quote (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The National Cemetery Administration (NCA) intends to award a Firm Fixed Price (FFP) Contract. Wage Determination No.: 2015-5105 Rev. 5; 1/10/2018 is incorporated into this RFQ. All questions shall be sent via E-mail to Katherine Iacovelli, Contract Officer at Katherine.Iacovelli@va.gov on or before June 6, 2018 by 12:00 pm EST. Telephone or faxed questions will not be accepted. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. A. CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: Business Name: Business Address: POC Name and title: E-mail address: Phone Number: DUNS: b. GOVERNMENT: Katherine Iacovelli, Contract Officer Department of Veterans Affairs National Cemetery Administration Contract Service 75 Barrett Heights Road, Suite 309 Stafford, VA 22556 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 (JUL 2013) (31 U.S.C. § 3332) 3. INVOICES: Invoices shall be submitted in arrears: Invoices shall be submitted electronically. Contractors shall not invoice for single orders of a shipment. Shipments will be invoiced for the complete shipment when completed and accepted by the Government. Required Contents of Invoice: If any information below is missing from an invoice, the invoice shall be subject to rejection and returned for revision. Contractor Information (Name, Complete Address, Telephone Number) Date of Invoice Unique Invoice Number Each invoice may be submitted only once. Purchase Order Number (Only one purchase order may be included on each invoice submitted) Cemetery Name Unit Cost Total Dollar Amount Invoiced Period of Performance 4. GOVERNMENT INVOICE ADDRESS: All invoices from the Contractor shall be sent electronically by following instruction as stated at website: http://www.fsc.va.gov/einvoice.asp. See VAAR clause 852.232-72 Electronic Submission of Payment Requests (NOV 2012). 5. ACKNOWLEDGEMENT OF AMENDMENTS (if applicable send in this page with quote submission): The Offeror acknowledges receipt of Amendments to the Combined Synopsis/Solicitation numbered and dated as follows: AMENDMENT NO DATE 6. MISSING PAGES: It is the responsibility of the Offeror to examine this Combined Synopsis/Solicitation to verify that he, or she, has received all pages. In addition, in compiling this package, some pages may have been duplicated. If the Offeror feels that pages are missing or duplicated, the Offeror is encouraged to contact the Contracting Officer at the E-mail address katherine.iacovelli@va.gov. Failure to submit ALL required documentation in accordance with the solicitation instructions at FAR Clause 52.212-1 and Addendum to FAR Clause 52.212-1 Addition Instructions shall result in your QUOTE being determined technically non-responsive and being removed from further consideration. 7. Limitations on Subcontracting Monitoring and Compliance This solicitation includes Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting and FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns. 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. B. PRICE SCHEDULE Base Period: Date of award through September 30, 2018 CLINNo. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 0001 4x6 Mat 2 EA/WK $________ $___________ 0002 3x10 Mat 2 EA/WK $________ $___________ 0003 Int & Repl Mat 4x6 4 EA/YR $________ $___________ 0004 Int & Repl Mat 3x10 4 EA/YR $________ $___________ 0005 Pants 240 EA/WK $________ $___________ 0006 Cargo Pant 240 EA/WK $________ $___________ 0007 Replacement Shirt 10 EA/YR $________ $___________ 0008 Replacement Pants 10 EA/YR $________ $___________ 0009 Service Charge 52 WK $________ $___________ 0010 One time set-up fee 240 One time $________ $___________ Total Estimated Cost: $___________ Option Period 1: October 1, 2018 through September 30, 2019 CLINNo. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 1001 4x6 Mat 2 EA/WK $________ $___________ 1002 3x10 Mat 2 EA/WK $________ $___________ 1003 Int & Repl Mat 4x6 4 EA/YR $________ $___________ 1004 Int & Repl Mat 3x10 4 EA/YR $________ $___________ 1005 Pants 240 EA/WK $________ $___________ 1006 Cargo Pant 240 EA/WK $________ $___________ 1007 Replacement Shirt 10 EA/YR $________ $___________ 1008 Replacement Pants 10 EA/YR $________ $___________ 1009 Service Charge 52 WK $________ $___________ 1010 One time set-up fee 240 One time $________ $___________ Total Estimated Cost: $___________ Option Period 2: October 1, 2019 through September 30, 2020 CLINNo. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 2001 4x6 Mat 2 EA/WK $________ $___________ 2002 3x10 Mat 2 EA/WK $________ $___________ 2003 Int & Repl Mat 4x6 4 EA/YR $________ $___________ 2004 Int & Repl Mat 3x10 4 EA/YR $________ $___________ 2005 Pants 240 EA/WK $________ $___________ 2006 Cargo Pant 240 EA/WK $________ $___________ 2007 Replacement Shirt 10 EA/YR $________ $___________ 2008 Replacement Pants 10 EA/YR $________ $___________ 2009 Service Charge 52 WK $________ $___________ 2010 One time set-up fee 240 One time $________ $___________ Total Estimated Cost: $___________ Option Period 3: October 1, 2020 through September 30, 2021 CLINNo. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 3001 4x6 Mat 2 EA/WK $________ $___________ 3002 3x10 Mat 2 EA/WK $________ $___________ 3003 Int & Repl Mat 4x6 4 EA/YR $________ $___________ 3004 Int & Repl Mat 3x10 4 EA/YR $________ $___________ 3005 Pants 240 EA/WK $________ $___________ 3006 Cargo Pant 240 EA/WK $________ $___________ 3007 Replacement Shirt 10 EA/YR $________ $___________ 3008 Replacement Pants 10 EA/YR $________ $___________ 3009 Service Charge 52 WK $________ $___________ 3010 One time set-up fee 240 One time $________ $___________ Total Estimated Cost: $___________ Base Period date of award thru 9/30/18: $_______________________ Option Period 1 10/1/18 9/30/19: $ ______________________ Option Period 2 10/1/19 9/30/20: $ ______________________ Option Period 3 - 10/1/20 9/30/21: $ ______________________ Aggregate Total (Base + all Option Periods): $ ______________________ C. STATEMENT OF WORK 1. The contractor shall provide, f.o.b. destination within consignee's premises, all labor, materials, supplies and equipment necessary to provide uniforms for wage employees of Leavenworth and Ft. Leavenworth National Cemetery, Leavenworth, KS 66048 from Date of Award through September 30, 2018 (base year) with three (3) option years to extend the term of the contract through September 30, 2021 if exercised. The address of the cemetery is below: Leavenworth National Cemetery 150 Muncie Rd. Leavenworth, KS 66048 Phone: 913-758-4106 Fax: 913-758-4136 2. The contractor shall be responsible for providing pants and shirts for each employee. Material for pants, shirts, and coveralls to be 65% polyester 35% cotton blend. All uniforms shall be freshly cleaned, pressed and repaired. Contractor shall provide each wage grade employee with 5 changes of laundered uniforms per week and will replace items worn or damaged out at no charge. All uniforms will have name emblem (FIRST NAME) above right pocket. Name tags are sewn on - Tan patch, outlined with name in charcoal/gray sewn on the patch. Patch is then sewn onto the uniform. The contractor shall provide name patch. Leavenworth National Cemetery emblem patch (supplied by Cemetery), shall be sewn on the upper left sleeve. 15 wage employees are required to wear charcoal pants and tan shirts. Each employee will receive 13 shirts (13 short sleeves, or option of 13 long sleeves or combination of), 13 pants and 2 jackets w/ removable liner. Additionally, 1 wage employee (FOREMAN) is required to have same style shirts (Different Color) and Charcoal pants. He shall receive 13 shirts (13 short sleeves, or option of 13 long sleeves or combination of) and 13 pants, color as above. NUMBER OF EMPLOYEES MAY INCREASE OR DECREASE AT ANY TIME. IF ADDITIONAL EMPLOYEES ARE ADDED DUE TO NEW HIRES OR SUMMER HELP, COST PER EMPLOYEE WILL REMAIN THE SAME. 3. Upon arriving at the cemetery, the contractor will report to the maintenance building. All uniforms must be separated by name of employee and will be hung on uniform rack (provided by cemetery). Contractor shall provide a bin for placement of soiled uniforms and rack for empty hangers. 4. The COR is Mr. Peter Sardo, Leavenworth National Cemetery. Mr. Sardo can be reached at (913) 758-4105. The COR is not authorized to add, modify, delete or otherwise change any of the costs, specifications, provisions, requirements, terms or conditions of any purchase order(s) issued. 5. Uniforms must be delivered and picked up on a set day M-F of each week between the hours of 8:00 a.m. and 12 p.m. local time. Any deviation to this day, due to holiday, 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. 6. The contractor agrees to perform work in a manner conducive to the smooth, professional and respectful operation of the cemetery, taking care to avoid anything that would negatively impact or interfere with cemetery operations. The COR, at his discretion, may direct and arrange the contractor's performance to ensure smooth cemetery operations. 7. In the event climate or weather conditions become unsuitable for deliveries or present an environmental hazard, deliveries shall be performed at the first available opportunity. Postponement due to climate or weather conditions will not be cause for penalties to the Contractor nor additional cost to the Government. 8. 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. 9. All contractor employees will be dressed in proper attire, which includes sleeved shirt, long pants, and shoes. Tee shirts, tank tops and sandals are not acceptable. If caps are worn, they must be free of any questionable message or design. 10. The contractor will observe all traffic, parking, directional signs and regulations when using the cemetery's roadways. Vehicles shall not be driven off of the paved roadways onto non-paved areas without first securing permission from the COR. 11. The contractor agrees to leave all work areas free of debris and in the same condition as before the work commenced. The contractor agrees to take all necessary precautions in the immediate work area(s). 12. The unit price is all-inclusive and covers a complete set of uniforms for each employee at a per week cost per employee. End of Statement of Work D. CONTRACT PROVISIONS FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.va.gov/oal/library/vaar/index.asp and https://www.acquisition.gov/ (End of Clause) FAR Number Title Date 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS JAN 2008 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. E. CONTRACT CLAUSES The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): 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 Number Title Date 52.217-8 OPTION TO EXTEND SERVICES 5 days NOV 1999 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT 5 days, 10 days, 5.5 years MAR 2000 52.232-18 AVAILABILITY OF FUNDS the end of each FY, Sept 30 of each FY APR 1984 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.237-3 CONTINUITY OF SERVICES JAN 1991 52.242-15 STOP-WORK ORDER AUG 1989 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENTS REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (a)(4), (b)(22), (b)(25), (b)(33), (b)(42), (b)(49), (b)(55), (c)(2), (c)(3), (c)(8), (c)(9), (c)(12), (c)(14) and (c)(19). Addendum to 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Nov 2017) (c)(3) 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 Class Monetary Wage Fringe Benefits Tailor NA-7 $13.81 to $16.09 Dry Cleaner NA-5 $12.02 to $14.00 Presser, finisher NA-2 $9.32 to $10.87 F. EVALUATION PROCESS: This solicitation is being issued as tiered evaluation with the following tiers: (1) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (2) large business concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. Basis for Award: FAR 52.212-2 EVALUATION COMMERCIAL ITEMS The Government intends to award a firm fixed price contract resulting from this solicitation on a Lowest Priced Technically Acceptable (LPTA) basis. Offers will be evaluated on the non-price factor set forth below. Non-Price factor: technical Technical shall be demonstrated by bringing the cemetery samples of the cloth and clothing for their inspection and approval. This is to be done by 6/11/3/2018 and only during normal business hours. Please call (479) 442-2566 to schedule an appointment. A. Price. Quotations shall be evaluated, for award purposes, based upon the total price proposed. The sum of all the CLINs will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. G. ADDITIONAL INSTRUCTIONS Submission Information All quotes shall be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website at https://www.vendorportal.ecms.va.gov to be considered. Submission shall be received not later than 6/11/2018 at 12:00 pm Eastern Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Officer at Katherine.Iacovelli@va.gov All offerors shall submit the following: 1 copy of the signed 1449, and sections A and B. In the event an Offeror is unable to submit a quote through the Vendor Portal, prior to the quote closing date and time, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of quotes by email will not be accepted. Quote transmission/uploads must be completed by the date/time specified. Late or incomplete Quotes will not be considered. If Offerors are still unable to submit a quote through VA eCMS Vendor Portal, the Contracting Officer may elect to accept submission of an emailed version of the quote package as long as VA eCMS Vendor Portal registration requirements have been fulfilled and Offerors have contacted the VAAS helpdesk for assistance in their submission of a quote. A copy of the email correspondence with the VAAS helpdesk will be forwarded to the Contract Officer at katherine.iacovelli@va.gov as proof of email correspondence. If a phone conversation with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a quote prior to the closing date via Vendor Portal, the Offeror shall submit to the Contract Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a quote via the Portal. This document will be submitted together with the emailed version of the quote. In the event an Offeror has not requested quote submission assistance to the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit a quote via Vendor Portal, the Offeror will be considered non-responsive and the emailed version of the quote will not be accepted. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals 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." Point of Contact: Contract Officer, katherine.iacovelli@va.gov, Tel: 540-658-7231 H. ATTACHMENTS:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0362/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0362 36C78618Q0362.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4339894&FileName=36C78618Q0362-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4339894&FileName=36C78618Q0362-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0362 36C78618Q0362.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4339894&FileName=36C78618Q0362-000.docx)
- Place of Performance
- Address: Leavanworth National Cemetery;150 Muncie Rd;Leavanworth, KS
- Zip Code: 66048
- Zip Code: 66048
- Record
- SN04936762-W 20180531/180529230931-93bbbcda66f88eb0c683c2def2bf063f (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 |