Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2019 FBO #6313
SOLICITATION NOTICE

S -- Janitorial Services

Notice Date
3/5/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561720 — Janitorial 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
36C24219Q0392
 
Response Due
3/22/2019
 
Archive Date
4/21/2019
 
Point of Contact
914.737.4400 x2074
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation 36C24219Q0392 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and the associated NACIS code is 561720 (Janitorial Services) with a Small Business Size Standard of $18 Million. For an SDVOSB firm to be considered as such a firm, the firm must be registered and verified by the Vets First Verification Program at https://www.vip.vetbiz.va.gov/. This solicitation is for Janitorial Services at the Northport VA Medical Center (79 Middleville Rd, Northport, NY 11768-2200) Kids Care Center (Building 20, First Floor). See attached Statement of Work for more information and the attached spreadsheet for a list of line item number(s) and items, quantities, and units of measure, including option(s) (enter Unit Prices for each line). Performance period for this requirement will be from award date, on or about April 1, 2019, through September 30, 2019, with four option years. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. All offers must reference solicitation number 36C24219Q0392, firm name, DUNS number, address and telephone number. Offeror shall submit a technical plan of services to be performed in accordance with the Statement of Work. This technical plan should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical aspects of the requirement, including any terms of an express warranty, and a Quality Control plan. Offerors shall also submit pricing (refer to attached spreadsheet); acknowledgement of any solicitation amendments; and a statement specifying the extend of agreement with all terms, conditions, and provisions included in this solicitation. Failure to address all aspects will result in your package being determined incomplete. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration. Addendum to FAR 52.212-1 incorporates the following provisions: 52.204-7; 52.204-16; 852.270-1. (End of Provision 52.212-1) The provision at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. (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 government intends to award to the lowest-priced, technically-acceptable Offeror. Technical capability is defined as an Offeror s ability to satisfy the solicitation requirements, providing the highest quality service to the specified facility. Technical Capability will be determined based on the qualifications of the Offeror s capability statement: (i) Technical plan: The Offeror s plan shall include a detailed statement of Contractor s capability specific to this requirement; (ii) Quality Control Plan: The Offeror s Quality Control Plan shall include the details described in the Statement of Work. Price: Offeror s price must be fair and reasonable as determined by the Contracting Officer s price analysis. Offeror must provide a cost breakdown for services to be performed and a labor mix of personnel for the Contracting Officer to properly evaluate price reasonableness. Past Performance will not be evaluated for competition, but will be evaluated to determine Contractor Responsibility, and will be conducted by reviewing past performance entries in the Past Performance Information Retrieval System (PPIRS). Failure to provide the information requested for evaluation may result in the Offeror determined to be non-responsive. (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 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 52.212-2) The provision at 52.212-3, Offeror Representations and Certifications Commercial Items applies to this acquisition. Offerors shall complete a copy of this provision and provide with its offer, unless Offeror meets the exception for completing the annual representations and certification in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current when submitting offer. If not current and/or Offeror does not submit a completed copy of this provision, Offeror will be considered non-responsive. (End of Provision 52.212-3) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4 incorporates the following clauses: 52.204-13; 52.217-8; 52.217-9; 52.232-18; 52.217-9; 852.203-70; 852.219-10; 852.219-74; 852.232-72; and 852.237-70. (End of Clause 52.212-4) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in clause 52.212-5 are as follows: 52.204-10; 52.209-6; 52.219-28; 52.222-3; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-18; 52.225-13; 52.222-41; 52.222-42; 52.222-55; and 52.222-62. (End of Clause 52.212-5) Service Contract Labor Standards apply to this solicitation; see attached Wage Determination WD 15-4157 (rev. -7). Offerors are reminded of the background check requirement identified in the Statement of Work at paragraph I(1). Background checks are not required until after the Successful Offeror has received award notification do not initiate at this time. Offeror submissions are due by emailing the Contracting Officer at William.Mills4@va.gov by March 22, 2019 at 5:00PM EDT. Point of contact for this solicitation is the Contracting Officer, Brad Mills. For information regarding the solicitation, email at William.Mills4@va.gov; no telephone inquiries will be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q0392/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Northport VA Medical Center;79 Middleville Rd;Northport
Zip Code: NY
Country: 11768-2200
 
Record
SN05239991-F 20190307/190305230030 (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.