SOLICITATION NOTICE
H -- Annual Water Tank Cleaning and Inspection | Base +4 OYs.
- Notice Date
- 6/19/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 10;VA Healthcare System;2780 Airport Drive;Columbus OH 43219-1834
- ZIP Code
- 43219-1834
- Solicitation Number
- 36C25019Q0948
- Response Due
- 6/28/2019
- Archive Date
- 7/28/2019
- Point of Contact
- Suite 340
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- 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. The solicitation number is 36C25019Q0948 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a service disabled veteran owned small business set-aside and the associated NAICS code is 562991 and small business size standard is $7.5 in millions of dollars. The requirement is for annual water tank cleaning and inspection. See attached statement of work for description and requirements. Performance location is Chillicothe VAMC, 17273 State Rte 104, Chillicothe OH 45601-9718 and shall be FOB destination. Contractor has one day to get cleaning and inspections done and up to 30 days to present written report and photos to Engineering Service, Maintenance Project Specialist. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-14; 52.219-28; 52.222-3; 52.222-21;52.222-26; 52.222-36; 52.222-50; 52.223-15; 52.223-18; 52.225-13; 52.232-34; 52.222-41; 52.222-42; 52.222-55;52.222-62; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. ** When combined, Technical and Past Performance are more important to price.** EVALUATION PROCEDURES: The Government will select the best overall offer based on price and the offeror ability to meet the requirements specified in this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offeror's quote being determined nonresponsive. The following FAR Clauses apply 52.217-8 Options to Extend Services 52.217-9 Options to Extend the Terms of the Contract 52.228-5 Insurance Work on a Government Installation CL 120 Supplemental Insurance 52.237-3 Continuity of Services 52.252-2 Clauses Incorporated by Reference The following FAR provisions apply 52.204-8 Annual Representations and Certifications 52.209-7 Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors Commercial Items 52.212-2 Evaluation Commercial Items 52.212-3 Offeror Representations and Certifications Commercial Items 52.233-2 Service of Protest 52.252-1 Soliciation provisions incorporated by reference The following VAAR Clauses apply 852.219-10 VA Notice of Total Service Disabled Veteran Owned Small Business Set Aside 852.219-74 Limitations on subcontracting Monitoring and Compliance 852.232-72 Electronic Submission of Payment Requests 852.203-70 Commercial Advertising 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection The following VAAR Provisions apply: 852.211-72 Technical Industry Standards 852.233-70 Protest Content / Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure Quotes are to be emailed to Lisa.Clark3@va.gov no later than June 28, 2019, 1PM EST. See attached document: 36C2519Q0948 SOW. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUN-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/CoVAOPC757/CoVAOPC757/36C25019Q0948/listing.html)
- Place of Performance
- Address: Chillicothe VAMC;17273 State Route 104;Chillicothe, OH
- Zip Code: 45601-9718
- Country: United States
- Zip Code: 45601-9718
- Record
- SN05345921-F 20190621/190619230032 (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 |