DOCUMENT
S -- Food Service Delivery, Cleanup, and Transportation to the VA Pacific Island Community Living Center (CLC). - Attachment
- Notice Date
- 8/2/2018
- Notice Type
- Attachment
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
- ZIP Code
- 89086
- Solicitation Number
- 36C26118Q9383
- Response Due
- 8/15/2018
- Archive Date
- 9/14/2018
- Point of Contact
- Thomas McLain (702) 791-9000 x18929
- E-Mail Address
-
thomas.mclain@va.gov
(Thomas.McLain@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- General Information Document Type: Combined Synopsis/ Solicitation Solicitation Number: 36C26118Q9383 Posted Date: 2 August 2018 Original Response Date/Time: 15 August 2018 / 14:00 PDT Current Response Date: 15 August 2018 / 14:00 PDT Product or Service Code: S203 Set Aside: SDVOSB NAICS Code: 722310 Contracting Office Address VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and using the Simplified Acquisition Procedures under the authority of subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ), and is set aside for qualified Service Disabled Veteran Owned Small Business (SDVOSB) sources. Qualifying sources will need to be verified in Veteran Information Page (VIP) by the closing date of the RFQ. Award will be based on the Lowest Price Technically Acceptable (LPTA) source for meeting or exceeding the requirements as stated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1, dated 07-16-2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 722310, with a small business size standard of $38.5M. Evaluation Criteria: Technically acceptability evaluation criteria will be on a pass or fail basis and based on the following: Contractor Capability Statement: Offeror s capability statement for meeting or exceeding the governments minimum requirement in accordance with the enclosed Statement of Work (SOW). Contractors who merely restate what is in the SOW will receive an unacceptable/fail evaluation rating. Past Performance: Contractor past performance will be based on review of CPARs as shown under FAPIIS/PPIRS. Any uncorrected marginal and unsatisfactory ratings will be referred to the SBA for a Certificate of Competency (COC). If COC is not granted they will receive an unacceptable/fail evaluation rating. Unassigned ratings will be evaluated as neutral. Staffing Plan: Offeror s will need to submit an adequate staffing plan for meeting the requirements of the SOW. This will be for the purpose of evaluating that staffing and supervision are adequate for meeting the requirements under the SOW. In addition, the offeror s will need to include the associated fully burdened hourly labor rates for each labor category (Food Service Worker/Truck Driver, Light). The associated fully burdened labor rates will be used in making a separate determination that pricing for the award is fair and reasonable to the Government. The services required are covered under the Service Contract Act wage determination for Honolulu, Hawaii. The period of performance is for a one year base period, with 4 one year option periods. Base period of Performance: 1 Sep 2018 to 31 August 2019. Evaluation of Options: 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. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (NOTE: Offeror is NOT to quote on the Option to Extend Services) The services are for the following: Services Line Item Description Qty/Unit Unit Price Total Price 0001 Food Worker Services in accordance with the enclosed Statement of Work. (Base Year) 12 Months $ $ 0002 Meal Transportation Services in accordance with the enclosed Statement of Work. (Base Year) 12 Months $ $ Subtotal CLINs 0001 & 0002 $ 1001 Food Worker Services in accordance with the enclosed Statement of Work. (Option Year 1) 12 Months $ $ 1002 Meal Transportation Services in accordance with the enclosed Statement of Work. (Option Year 1) 12 Months $ $ Subtotal CLINs 1001 & 1002 $ 2001 Food Worker Services in accordance with the enclosed Statement of Work. (Option Year 2) 12 Months $ $ 2002 Meal Transportation Services in accordance with the enclosed Statement of Work. (Option Year 2) 12 Months $ $ Subtotal CLINs 2001 & 2002 $ 3001 Food Worker Services in accordance with the enclosed Statement of Work. (Option Year 3) 12 Months $ $ 3002 Meal Transportation Services in accordance with the enclosed Statement of Work. (Option Year 3) 12 Months $ $ Subtotal CLINs 3001 & 3002 4001 Food Worker Services in accordance with the enclosed Statement of Work. (Option Year 4) 12 Months $ $ 4002 Meal Transportation Services in accordance with the enclosed Statement of Work. (Option Year 4) 12 Months $ $ Subtotal CLINs 4001 & 4002 $ Total Base + 4 Years $ STATEMENT OF WORK FOOD SERVICES & FOOD TRANSPORTATION SERVICES FOR THE COMMUNITY LIVING CENTER, HONOLULU, HI A.1. GENERAL SCOPE: The contractor shall provide all labor, travel, equipment, supplies and materials to include at a minimum two (2) Food Service Workers (FSW) to promptly transport food from Tripler Army Medical Center (TAMC) to the Community Living Center (CLC). Contractor shall provide their own vehicle for food transportation services. The Food Service Workers will also perform a variety of routine duties in the kitchen, dining room and other areas as needed. The kitchen labor services are to be provided to the Department of Veterans Affairs, Community Living Center, (CLC), 110 Krukowski Road, Building 110, Honolulu, HI, a 60-bed facility located on the grounds of Tripler Army Medical Center, Honolulu, Hawaii 96819. The labor service is for an estimated 60,000 meals annually. A.1.1.MEAL PREPARATION AND DELIVERY: All labor costs required for the kitchen labor service shall be included in the FSW monthly cost. The contractor shall provide labor services for meals three (3) times a day, seven (7) days a week, three hundred sixty five (365) days per year at the following meal hours: breakfast: 7:30am to 8:30am, lunch: 12pm to 1pm and dinner: 5pm to 6pm. A.1.2.ALTERNATE/BACKUP EMPLOYEES: The contractor shall ensure sufficient backup employees are trained and have the appropriate background investigation and are ready to report to work when necessary. A.1.3. The Contractor shall provide a start-up/transition plan in narrative and/or chronological format detailing how the SOW minimum requirements will be met at contract award. B.1. GOVERNMENT-OWNED EQUIPMENT: The VA Community Living Center will provide dessert, salad, and soup bowls, plates with covers, tumblers, silverware, trays, serving and thermalization carts to be utilized for this contract. C.1 HEALTH, SANITATION, SAFETY COMPLIANCE. Contractor shall comply with all applicable health and sanitation laws and regulations of the State of Hawaii, and meet or exceed standards of the Joint Commission (JC) and any other regulatory agencies. These laws and regulations may be obtained at the following web sites; State of Hawaii: www.hawaii.gov/doh, and JC: www.jointcommission.org., and the FDA Food Code at the following web site: https://www.fda.gov/food/guidanceregulation/retailfoodprotection/foodcode/ucm595139.htm. Contractor s supervisor will be available onsite at the CLC during any regulatory agency inspection. The Contractor shall provide documentation showing that all the above laws and regulations are met and all applicable licenses and insurance to the Contracting Officer prior to award. This will include driver and vehicle records showing proper licensing, registration, insurance and any restrictions. The COR will provide any copies of additional VA specific regulations and any other pertinent policies, guidance and regulations. D.1. CONTRACTOR FOOD SERVICES RESPONSIBILITIES: Contractor shall provide the CLC with Food Service Workers (FSW) (Shift Hours) as follows: 2-FSW, 6:30am - 9am, 2-FSW, 11am-2pm and 2-FSW, 4pm-6:30pm. These FSW s will perform a variety of routine duties in the kitchen and dining room, including simple food preparation, posting of menus, serving, cleaning and dishwashing as specified below. Additional food service duties/tasks may be assigned as necessary. Note: The contractor does not supply the food or cooking of the meals. D.1.1. Contractor will prepare brown bag lunches as ordered from food items acquired from the TAMC kitchen and the CLC, ( fruit, crackers, beverages, etc.). D.1.2 When required, the contractor will alter foods to the desired textures (chopped or minced) either using a food processor or manual method. The method used to alter the food shall maintain the identity of food items to preserve attractiveness. Raw fruits and vegetables need to be chopped or finely diced. All foods will be chopped, diced or minced according to each patient s needs and will be determined by a registered dietitian and speech therapist. D.1.3. When required, the contractor will use a food processor to puree foods to maintain the appropriate texture and nutritive value. Commercial thickeners may be used to achieve proper consistency as to the thickness of mashed potatoes rather than a gravy or watery texture. Pureed foods should be prepared so that they are attractive, appealing and served on a regular or divided plate instead of in individual bowls. D.1.4. Contractor food service workers are involved in food service or simple food preparation, or a combination of both. D.1.5. Contractor shall receive, check quantity, label expiration dates (as appropriate) and store food supplies in appropriate storage areas. D.1.6. Contractor is responsible for assembling meal trays by placing the needed items such as but not limited to condiments and beverages on trays as designated by menus and tray tickets. D.1.7. Contractor shall prepare special items/nourishments with blender or mixer such as milkshakes/special supplemental drinks. D.1.8. Contractor is responsible for preparing beverages prior to each meal and special event. D.1.9. Contractor will serve meal trays and serve beverages during each meal service, including special events (cookouts, holiday meals, etc.). Serve is defined as removing the plates and other food items from the tray and presenting them to the veteran on their table. Trays for all bed bound patients are to be placed on separate cart for distribution by Nursing Service. D.1.10. Contractor will be responsible for collecting all dirty trays and dishes from the dining room and ward nourishment kitchens after each meal service including special events (cookouts, holiday meals, etc.). VA staff, when available, will assist in the pick-up of used trays and re-shelving of trays on the transport carts, including all pick-ups and re-shelving of trays from the bed-bound patients. D.1.11. Contractor assembles and distributes ready to serve nourishments (i.e. gelatin, pudding, crackers, sandwiches, etc) to the ward kitchen in a manner that maintains temperature and palatability no later than 9am, 1:30pm, and 6:30pm daily. All items provided by Tripler Army Medical Center and CLC. D.1.12. Contractor will restock nourishment kitchens on B and C wing nursing units when distributing morning and evening nourishments. All items provided by Tripler Army Medical Center and CLC. D.1.13. Contractor cleans/sanitizes general equipment (dish machine, refrigerators (reach-in and walk-in), freezer (reach-in), ice machine, bucket/scoop, beverage dispensers (hot and cold), toaster, microwave, general utility carts, and racks (stationary and rolling), rethermalization units, garbage can(s)), work areas (work table/shelves, sinks), storerooms, ward kitchen food storage and supply areas, refrigerators on B and C units. Contractor will provide a cleaning schedule for the kitchen and ward kitchens. Contractor will maintain documentation of compliance of cleaning schedule. D.1.14. Contractor shall scrape soiled trays, sort, stack, and prepares tray ware for dish washing and pick-up. D.1.15. Contractor is responsible for storing clean equipment and dishes in designated areas where clean and dirty dishes do not cross contaminate. D.1.16. Contractor empties trash and sweeps and cleans main kitchen floor. D.1.17. Contractor shall be responsible for labeling expiration dates, checking and monitoring outdated food and supplies on a daily basis. All food supplies stored by the contractor at the CLC will be checked on a daily basis for expiration dates. All foods with expired dates will be removed / discarded from the facility. D.1.18. Contractor shall perform temperature checks and document temperature for walk-in refrigerators 1&2, reach-in refrigerator, reach-in freezer, dishwasher (wash & rinse cycle) and foods (hot and cold) prior to service. D.1.19 Contractor shall set tables with table linens before each meal and replace soiled table linens on dining room tables after each meal. Contractor shall monitor the quantity of table linens sent to the laundry service and returned from the laundry. Discrepancies will be reported to the COR. Table linens will be provided by the CLC. D.1.20. Contractor is responsible for purchase/ordering, maintaining and proper storage of cleaning supplies/stock (detergents, drying agents, sanitizers, dish soap, soft scrubs, mop). Contractor shall provide to the CLC staff MSDS sheets for all cleaning agents used at the CLC facility. D.1.21. Contractor employees will maintain a clean/neat appearance and wear hairnets (contractor-provided) at all times. D.1.22. Contractor employees will be required to attend and participate in the following training provided by the CLC staff: fire drills, safety classes, infection control, and CLC orientation and any others as required by VA and/or Army policy. E.1. CONTRACTOR FOOD TRANSPORT RESPONSIBILITIES: Contractor shall provide a legally licensed, clean, enclosed vehicle to pick-up and transport all patient meals/food items assembled on transport carts and bulk food items from TAMC Nutritional Care Division (NCD) Patient Tray Services area to the CLC kitchen. Contractor shall keep vehicles interior and exterior free from debris and grime. Contractor shall ensure all transport carts are covered and securely fastened when transporting carts. Meals will be picked-up at the following times: breakfast 6:40am, lunch 11:30am, and dinner 4:30pm. Other food transportation tasks may be assigned as necessary. E.1.1. Contractor shall transport and return all soiled/dirty items (trays, dishes, utensils, etc.) back to TAMC NCD for cleaning. All soiled/dirty items shall be returned to TAMC NCD Patient Tray Services area after the meal/clean up is completed. Contractor shall return the soiled dinner dishes to TAMC by 6:15pm, each day. F.1.Contractor Employees F.1.1. Health: Health Requirements: Contractor s employees are not required to have a physical examination prior to work on this contract, however, each employee is expected to be in good physical health and able to work in patient use/visit areas without risk to the patients. No personnel shall be assigned to this contract that are not in good physical health or pose a risk to patients. Contractor s personnel who acquire a communicable illness will be replaced by the contractor. F.1.1.1.The Contractor shall provide evidence of TB clearance (2 step PPD or Quantiferon test) prior to the start of work under this Contract for all new employees who have not worked at the CLC before. Contractor shall provide proof to the CO within 5 days of contract start date. For any employees that have been continuously working at the CLC, a completed VA TB Screening Questionnaire will submitted to the CO and the CLC. F.1.1.2.The facility may take nose and throat-cultures from Contractor personnel when required by the Infection Control Committee (ICC). F.1.1.3.Facility employee health policies and regulations shall apply. Copy will be provided by COTR on request. F.1.1.4.The Facility may designate an employee as being medically unfit. When an employee has been found medically unfit for working in the facility, he/she will be sent home, the Contractor will immediately replace that employee with an alternate/backup employee. The employee cannot return to work until reexamined and given permission to return by a physician. F.1.2. All contractor personnel shall be in a contractor uniform. All employees shall wear contractor provided standard food service uniforms that shall be clearly distinguishable from all VA facility uniforms. The uniforms shall be worn as designed by the manufacturer. The uniforms shall include shirt or blouse and slacks, skirt or dress. Uniforms shall be ordered within five (5) days after date of employment. Evidence of such order will be provided to the COR on request. F.1.2.1.Personal Hygiene: The Contractor personnel shall be free of body odor and wear a clean uniform/clothing each day. Fingernails shall be clean and free of dirt. Hair shall be clean and neatly combed. No jewelry shall be worn on fingers, hands or arms. F.1.3.Employee Background Investigations: Contractor s employees are required to have a background investigation initiated prior to performance on this contract as required by the Department of Veterans Affairs unless employees have current security clearance. F.1.3.1.All contractors shall clearly display their hospital identification badge. All personnel shall obtain a VAPIHCS issued ID badge prior to starting work. The badge will be displayed on the upper torso, picture side out at all times. Failure to obtain or wear a badge is grounds for removal from site until the situation is resolved, i.e. No badge, no work. F.1.4.Miscellaneous: Contractor personnel shall not consume food, snack, drinks or tobacco products except during specified break periods in appropriate designated break/smoking areas. Unauthorized smoking, eating, theft, pilferage, acts of violence or verbal threats by contractor personnel shall constitute adequate cause for the Government to require the contractor immediately remove the offender(s) from employment at the Community Living Center s premises for the duration of this contract. G.1. QUALITY ASSURANCE: The Government will measure the standards of this contract with a surveillance schedule of administrative inspections once a month, with random inspections as deemed necessary. The government will provide a copy of the Quality Assurance Surveillance Program (QASP) to the Contractor. High standards will apply to the timely and efficient transport of food and to the standards of cleanliness and proper food services detailed in the SOW. G.1.1. Contractor Quality Control Program: Contractor shall have a quality control program to assure all requirements of the contract are provided as specified and in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent and ensure non-recurrence of defective services. The contractor shall provide a Quality Control Plan within the first 30 days of contract performance that supports the government s Quality Assurance Surveillance Plan (QASP) for this contract. G.1.2. All contractor work areas shall meet or exceed regulatory agencies standards; major focus on whether contractor personnel are clean, healthy and neat in appearance, courteous and in compliance with training and health standards; that both hot and cold foods are kept at appropriate temperatures daily, that unused portions of packaged foods are labeled with expiration dates and that food stored whole are labeled with expiration dates with individual labels and/or one label on entire box. Inspections will consist of facility and vehicle, random sampling of foods, checking dates for expired foods and obtaining copies and reviewing state inspection reports for compliance. Timeliness of personnel reporting for work and transport of food will be noted on a meal by meal basis. G.1.3. Supervisor will meet as needed with the Administrative Officer or other administrative personnel and the assigned VA Dietitian to resolve dietary operational issues (menu, staffing, or coordination of events, etc). G.1.4. The VA reserves the right to inspect the kitchen, equipment, food, and services supplied at any time. H.1. DESIGNATION OF CONTRACTING OFFICER S REPRESENTATIVE (COR): A Technical Representative of the Contracting Officer (COR) will be designated to represent the Contracting Officer in furnishing technical guidance and advice under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to Contractor relative to the financial or legal aspects of the contract. Those matters are the responsibility of the Contracting Officer and shall not be delegated. I.1 FEDERAL HOLIDAYS: VA observed Federal Holidays are: New Years Day Martin Luther King Jr. s Holiday Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day J.1. SECURITY: The C&A requirements do not apply to this service requirement and a Security Accreditation Package is not required. Contractors will have visual access to name, DOB, and diet requirements. End of SOW It is anticipated that a firm-fixed price purchase order shall be awarded to the lowest price technically acceptable [LPTA] offeror meeting or exceeding the requirements of this solicitation. Technical Acceptability would be evaluated on a pass or fail basis based on the evaluation criteria as stated herein. As referenced under FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, and VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference, the following pertains: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) FAR 52.216-1, Type of Contract (Apr 1984) Firm Fixed Price FAR 52.233-2, Service of Protest (Sep 2006) Contracting Office address. Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following VAAR solicitation provisions apply to this acquisition: VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71, Alternate Protest Procedure (Jan 1998) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) VAAR 852.270-1, Representatives of Contracting Officers (Jan 2008) The following FAR contract clauses apply to this acquisition: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) FAR 52.219-8, Utilization of Small Business Concerns (Nov 2016) FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) FAR 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits WG-6 $23.87 + 33.4% WG-2 $16.14 + 33.4% FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Options Contracts) (May 2014) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.217-8, Option to Extend Services (Nov 1999) Within 30 Days. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)- Within 30 days; with a notice at least 60 Days; 5 Years. FAR 52.228-5, Insurance-Work on a Government Installation (Jan 1997) CL-120, Supplemental Insurance Requirements, a. Workers Comp Liability: $100K; b. General Liability:$500K; c. Automobile Liability: $200K per person, $500K per occurrence and $20K for property damage. FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3, Continuity of Services (Jan 1991) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.203-71, Display of Department of Veterans Affairs Hotline Poster (Dec 1992) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside (Jul 2016) VAAR 852.219-74, Limitations on Subcontracting (Jul 2018) VAAR 852.228-71, Indemnification and Insurance (Jan 2008) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70, Contractor Responsibilities (Apr 1984) All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item, subtotaled and totaled for all. All "quotations shall be sent to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 via email address at thomas.mclain@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein, and set aside for qualified Service Disabled Veteran Owned Small Business sources meeting or exceeding the requirements of this solicitation. The government intends to issue a Firm Fixed Price purchase order award as a result of this combined synopsis/solicitation that will include the terms and conditions as set forth herein. Submission shall be received not later than 14:00 PDT on August 15, 2018 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086. Email quotes to thomas.mclain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 09:00 PDT on August 14, 2018 in order to render a response prior to the closing date and time of this solicitation. Point of Contact Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov. (End of Combined Notice)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b5360415a9760f7e47a56ace6a14b195)
- Document(s)
- Attachment
- File Name: 36C26118Q9383 36C26118Q9383.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523394&FileName=36C26118Q9383-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523394&FileName=36C26118Q9383-000.docx
- File Name: 36C26118Q9383 Attachment 1 WD 2015-5689 Rev. 6 dtd 01-10-2018.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523395&FileName=36C26118Q9383-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523395&FileName=36C26118Q9383-001.pdf
- File Name: 36C26118Q9383 Attachment 2 QASP 05.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523396&FileName=36C26118Q9383-002.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523396&FileName=36C26118Q9383-002.doc
- File Name: 36C26118Q9383 Attachment 3 CPSR.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523397&FileName=36C26118Q9383-003.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523397&FileName=36C26118Q9383-003.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9383 36C26118Q9383.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4523394&FileName=36C26118Q9383-000.docx)
- Record
- SN05017485-W 20180804/180802231133-b5360415a9760f7e47a56ace6a14b195 (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 |