DOCUMENT
J -- FY19 Kitchen grease filter service for FY 2019 (VA-18-00034595) - Attachment
- Notice Date
- 9/12/2018
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218U0095
- Response Due
- 9/18/2018
- Archive Date
- 11/17/2018
- Point of Contact
- JAMES, EULANDA
- E-Mail Address
-
Contract Specialist
(Eulanda.James@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for KITCHEN GREASE FILTER services for the Northport VA Medical Center (NPVAMC) located at 79 Middleville Road, Northport, NY 11768. A firm-fixed price contract is anticipated. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR 13. Simplified Acquisition Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; packages are requested and a written pre-solicitation will not be issued. (ii) This solicitation is being issued as a request for quote (RFQ). The Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218U0095. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. (iv) This solicitation is set aside 100% for SDVOSB and the associated NAICS 561210 code has a small business size standard of $38.5M. All service associated with the equipment/system shall be performed in a manner that shall ensure serviceability and prevent deterioration in value or effectiveness. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. STATEMENT OF WORK KITCHEN GREASE FILTER CLEANING Background The Contractor shall furnish all materials, labor, tools, equipment, supervision and perform work to clean government owned exhaust hood grease filters in Building 200 s Main Kitchen, building 8 s Cafeteria, and Building 92 s Dining Room. The Contractor shall provide full service for scheduled periodic maintenance and filter exchanges per manufacturer s instructions. There are sixty-four filters. The contractor s work shall include but not be limited to: Scope Perform all work in accordance with all EPA, OSHA, Federal, State, Local codes, manufacturer s instructions and specifications and accepted trade practices. Provide a set of properly degreased and cleaned exchange filters every four (4) weeks (13) exchanges per year. Specific Tasks Quantity and sizes, subject to change if new hoods, GFE, are installed: Quantity 54 Size 20 x 20 x 2, Location: Main Kitchen, Building 200 Quantity 7, Size 20 x 20 x 2, Location: Dining Room, Building 92 Quantity 3, Size 20 x 20 x 2, Location: Cafeteria, Building 8 Provide exchange filters that are classified by ULC and meet requirements of NFPA CAL 75-74 SA Perform all work during normal duty hours Document all repairs and submit all documentation after repair or inspection is complete Properly dispose of all debris and waste legally Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored and the work certified by the POC. The POC will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. Other Pertinent Information or Special Considerations. 1. The contractor shall protect veterans, visitors, and staff while working at NPVAMC. 2. The contractor s service technician shall report to Safety prior to and upon completion of work. 3. The contract shall execute a non-disclosure agreement. The contractor s service technicians will not have any access to view PHI/PPI. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services. The contractor shall perform routine maintenance and repair services Monday thru Friday during normal business hours (8AM 4:30PM) (Normal) Business Hours / Days: Are defined as the time of 8:00AM to 4:30PM, Monday to Friday, excluding Federal holidays: New Year's Day January 1 * Martin Luther King's Day Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4* Labor Day First Monday in September Columbus Day Second Monday in October Veteran's Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25* *If the date falls on a Saturday, the Government holiday is the preceding Friday. If the date falls on a Sunday, the Government holiday is the following Monday. In addition to the designated holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President's Proclamation PERIOD OF PERFORMANCE AND CONTRACT LINE ITEMS (CLINs): For each Period of Performance, offerors must submit a quote for the Deliverables requested in the Statement of Work (SOW). Contract will be Base Period plus four (12) Months option. Line item 001 (Base Period) Date of Award 9/30/2019 Line item 002 (Option 1) 10/1/2019 9/30/2020 Line item 003 (Option 2) 10/1/2020 9/30/2021 Line item 004 (Option 3) 10/1/2021 9/30/2022 Line item 005 (Option 4) 10/1/2022 9/30/2023 SECURITY Contractor personnel must have in their possession for inspection by VA Police Department a valid state or government issued identification such as drivers license or passport. Personnel may be required to surrender their ID to the VA Police to obtain a temporary day pass at the discretion of VA Police. ID will be returned upon leaving US Government property. The contractor shall not have access to the Department of Veterans Affairs computer system. The C&A requirements do not apply and that the Security Accreditation Package is not required. Place of Performance: 79 Middleville Road, Northport, NY 11768 Building 200 s Main Kitchen Building 8 s Cafeteria Building 92 s Dining Room Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. 11. Point of Contact: Point of Contact (POC): Mr. John Derudder; Email: John.Derudder@va.gov Program Office: Facility Maintenance Services Northport VA Medical Center 79 Middleville Road Northport, NY 11768 Phone Number: 631-261-4400 x5544 The POC is the Contracting Officer Representative (COR), who will certify invoices. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: solicitation number for this requirement as 36C24218U0095. Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Price. Price should be for all services detailed in section PRICE/COST SCHEDULE ITEM INFORMATION of this document. Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: Submission of Offer. The point of contact for this acquisition is the Procuring Contract Specialist (PCS) Ms. JAMES, EULANDA. Any questions submitted will need to identify the pertinent document Statement of Work (SOW) (Solicitation Attachment, Solicitation, etc.,) and include the applicable page number, paragraph number, and/or reference with each question. Questions regarding specific verbiage or content in the solicitation package shall include excerpts or examples from the subject matter to ensure the question is clearly conveyed. The PCS at Eulanda.James@va.gov respectively, shall be included on all correspondence between the Government and Offerors. All questions shall be email to the PCS. The deadline for the submittal of all questions is September 14, 2018 9:00 AM Daylight Saving Time (DST). General Instructions. (a). The selection of a source for award purposes will be conducted utilizing, Lowest Price Technically Acceptable (LPTA) as delineated in FAR PART 12.203. Offers will be evaluated using the criteria under FAR Clause 52.212-2, Evaluation Commercial Items. Noncompliance with the RFQ requirements may hamper the Government s ability to properly evaluate the quote and may result in elimination of the quote from further consideration for contract award. (b). The Offer. The submission of the documentation will constitute the Offeror s acceptance of the terms and conditions of the RFQ, concurrence with the Statement of Work and contract type. (c ). It is the Government s intention to award without discussions. Offerors are encouraged to present their best technical proposal and prices in their initial proposal submission. (d). Instructions outlined in this solicitation prescribe the format for quotes and describe the approach for the development and presentation of offeror s data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of quotes. (e). In accordance with FAR Subpart 4.8 (Government Contract Files), the Government will retain one copy of all unsuccessful quotes. Unless the Offeror requests otherwise, the Government will destroy extra copies of such unsuccessful quotes. (f). If an Offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the Offeror shall immediately notify the PCS in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial quote, as received, without discussion. Quote Preparation Instructions. Offeror s quote will consist of RFQ Documents, Technical Capability, Past Performance, and Price. All documentation shall be email to the PCS. Quote Contents and Due Date. (a). In response to this Solicitation for Quote; submit quotes with cover letter NLT September 18, 2018 9:00 AM (DST) via email to Eulanda.James@va.gov. (b). Technical Capability. The Technical Capability section should be clear, concise, and include sufficient detail for effective evaluations and for substantiating the validity of stated claims in the Offeror s quote. Legibility, clarity and coherence are very important. Your responses will be evaluated against the Technical factors/elements defined in FAR clause 52.212-2, Evaluation Commercial Items. (c). Past Performance. The Past Performance evaluation will be accomplished by reviewing aspects of an Offeror s recent and relevant Past Performance, focusing on and targeting performance, which is relevant to the requirement within the Statement of Work (SOW). The offeror s most recent and relevant past performance information on kitchen grease filter service Similar in size, scope, and complexity to the services being procured under this solicitation, performed for Government agencies and/or commercial customers within the last three (3) years from the solicitation release date. Past performance can be for the prime, subcontractor, or a combination of the prime and subcontractor. Offerors shall include a name, telephone number, and fax or email for each contract listed. The Government reserves the right to obtain past performance data from other sources than those identified by the offeror in evaluating past performance. This includes, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials. Offerors are reminded that both independent data and data provided by offerors in their quotes may be used by the Government to evaluate offeror past performance. However, the burden of providing thorough, complete, and current past performance information as requested in this paragraph remains with the offerors. All past performance comments received will be taken into account and could affect the overall rating. The overall past performance evaluation is a subjective decision based on the whole of all data received. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, unknown shall be considered acceptable. ( C). Price. Upon determination of the technical team that the Contractor s quote is acceptable price shall be the determining factor. The contract shall be awarded to the lowest priced, technically acceptable. RFQ Documents. Offerors are required to submit a completed SF1449 (including acknowledgement of Amendments) and FAR Provision 52.212-1. The documents will be organized as follows and contain the identified information. Executive Summary. Provide an executive summary that introduces the contractor team and proposal submission, to include a list of team members and subcontractors and the task areas they are designated to provide support. The executive summary shall also include a list of the proposal package contents. Signed SF 1449 and Amendments. The SF 1449 will be submitted fully completed. The offeror is cautioned that the SF 1449 must contain an original signature in block 30a of the form. The contract will acknowledge all amendments to the RFQ in accordance with the instructions on the SF 1449 and with Addendum to FAR 52.212-1, Instruction to Offerors Commercial Items. Contact Information. The Offeror shall provide a contact list (with phone numbers, fax numbers, mailing addresses, email addresses, etc.) including the name and title of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. Also, identify those individuals authorized to negotiate with the Government on behalf of your company. 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (Addendum to FAR 52.212-2) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation -- Commercial Items (Oct 2014) ( a ). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability Past Performance Price ( b). Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ( C). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ( End of Provision) This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts, and adding that amount to the base and other option years to arrive at the total. The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) 001AL-11-15- B Subcontracting Commitments - Monitoring and Compliance (JUNE 2011) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set-Aside (NOV2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) This is an open-market combined synopsis/solicitation for Sterile Processing Service (SPS) Reverse Osmosis (RO) System Services at Veteran Administration Medical Center, Hudson Valley Health Care System, Montrose Campus 2094 Albany Post Road, Montrose, New York 10548 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 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:" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission of Quotes shall be emailed to Eulanda.James@va.gov, and received no later than 9:00 am DST on 09/18/2018. Quotes shall be submitted using the attached (1449). No late Quotes will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). For information or question regarding the solicitation, please contact Eulanda.James@va.gov via email no later than (NLT) 9/14/2018 at 9:00 am (DST). No telephone inquiries will be accepted. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 (approx.) 12.00 MO ___________________________ __________________ The Contractor shall provide full service for scheduled periodic maintenance and filter exchanges per manufacturer s instructions in accordance with the SOW. Contract Period: Base POP Begin: Date of Award POP End: 09-30-2019 1001 12.00 MO __________________ __________________ The Contractor shall provide full service for scheduled periodic maintenance and filter exchanges per manufacturer s instructions in accordance with the SOW. Contract Period: Option 1 POP Begin: 10-01-2019 POP End: 09-30-2020 1002 12.00 MO __________________ __________________ The Contractor shall provide full service for scheduled periodic maintenance and filter exchanges per manufacturer s instructions in accordance with the SOW. Contract Period: Option 2 POP Begin: 10-01-2020 POP End: 09-30-2021 1003 12.00 MO __________________ __________________ The Contractor shall provide full service for scheduled periodic maintenance and filter exchanges per manufacturer s instructions in accordance with the SOW. Contract Period: Option 3 POP Begin: 10-01-2021 POP End: 09-30-2022 1004 12.00 MO __________________ __________________ The Contractor shall provide full service for scheduled periodic maintenance and filter exchanges per manufacturer s instructions in accordance with the SOW. Contract Period: Option 4 POP Begin: 10-01-2022 POP End: 09-30-2023 GRAND TOTAL ___________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218U0095/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218U0095 36C24218U0095.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587837&FileName=36C24218U0095-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587837&FileName=36C24218U0095-000.docx
- File Name: 36C24218U0095 SF 1449 - Page 1 of 1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587839&FileName=36C24218U0095-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587839&FileName=36C24218U0095-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218U0095 36C24218U0095.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587837&FileName=36C24218U0095-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Northport VA Medical Center (NPVAMC);79 Middleville Road;Northport, NY
- Zip Code: 11768
- Zip Code: 11768
- Record
- SN05086591-W 20180914/180912231406-f29660efaba9fa453b3d617a1f606014 (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 |