Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2019 FBO #6552
DOCUMENT

S -- Interior & Exterior Window Washing Services | 402 - Togus “Tiered evaluations for small business concerns” - Attachment

Notice Date
11/1/2019
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E20Q0043
 
Response Due
11/12/2019
 
Archive Date
1/11/2020
 
Point of Contact
KIMBERLY M. TOMASI
 
Small Business Set-Aside
Total Small Business
 
Description
Page 6 of 6 COMBINED SYNOPSIS SOLICITATION NOTICE 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. 36C10E19Q0043 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-06, effective date October 10, 2019. The combined synopsis/solicitation is set aside as Tiered evaluations for small business concerns in accordance with 38 U.S.C. 8127(i). Quotes submitted by Service-Disabled Veteran Own Small Business, Veteran Owned Small Business, and Small Business concerns only will be accepted by the Government. Note that to be considered for award, SDVOSBs/VOSBs in the VIP database must be VA verified at the time of contract award and non VIP verified firms will be considered non responsive and ineligible for award. The applicable NAIC Code for this solicitation is 561720 Janitorial Services and the Small Business Size limitation is $19.5 Million. The contractor shall provide all labor, supervision, transportation, materials and supplies for exterior and interior window/door washing services per the attached Statement of Work. CLIN 0001: The contractor shall provide all labor, supervision, transportation, materials and supplies for a 36-month exterior and interior window/door washing services per the attached Statement of Work. Base Year. Unit Price ___; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 1001: The contractor shall provide all labor, supervision, transportation, materials and supplies for a 36-month exterior and interior window/door washing services per the attached Statement of Work. Option One. Unit Price ___; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 2001: The contractor shall provide all labor, supervision, transportation, materials and supplies for a 36-month exterior and interior window/door washing services per the attached Statement of Work. Option Two. Unit Price ___; Quantity: 12; Unit of Issue: Month; Extended Price ____________ Total Price ___ Description of Requirement The Department of Veterans Affairs, Togus VA Regional Office has a 36-month (base + 2 options) requirement for exterior and interior window/door washing services located the Department of Veterans Affairs Togus Regional Office, Bldg. 248, Togus Medical Center, 1 VA Center, Augusta, ME 04330. The contractor shall provide all labor, supervision, transportation, materials and supplies for exterior and interior window/door washing services per the attached Statement of Work. Oversight of the window/door washing services will be the responsibility of the Contracting Officer Representative (COR) located at the Togus VA Regional Office, Bldg. 248. The VA intends to make a single (all or none), firm-fixed price award. SEE ATTACHED STATEMENT OF WORK. Period of Performance: Base Year with two option years. FOB Destination Point: Department of Veterans Affairs Togus Regional Office, Bldg. 248, Togus Medical Center, 1 VA Center, Augusta, ME 04330. FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018), applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEPT 2006) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) Offers will be evaluated as follows: Criteria: The Government will evaluate quotes submitted in response to this solicitation based on a consideration of the following factors: Price, Experience, and Past Performance. Included with each Contractor s quote, the Contractor is to provide a written statement limited to two pages or less demonstrating how the Contractor has the required Experience needed to successfully perform this requirement. Price: Price will be evaluated to determine if it is fair and reasonable. Experience: The basis of evaluation under this factor will be focused on the firm s experience in performing contracts and /or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar services were successfully provided. Only quotes that demonstrate relevant experience with providing similar services will be eligible for award. Government and commercial sources will be accepted. Past Performance. The Contractor shall provide at least one reference that corresponds with the relevant experience provided and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance. Basis for Award: Best Value - The Government shall make award to that quote that is found to be the lowest priced and meets the Government s stated experience and past performance requirements based upon the stated considerations above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018), applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated by Reference (FEB 1998) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 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) 52.233-1 Disputes (MAY 2014) 52.252-6 Authorized Deviations in Clauses. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years and six months. (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (SEP 2019) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (Nov 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (MAR 2007) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (49) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (56) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) Paragraph c applicable clauses: (2) 52.222-41 Service Contract Labor Standards (AUG 2018) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Wage Determination: 2015-4009 Rev 11, dated 09/20/2019 Window Cleaner $14.95/hour (4) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) N/A N/A Quotes are due no later than Tuesday, November 12, 2019 by 8:00AM Eastern Standard Time. The vendor must be active in SAM and verified as a SDVOSB in Vetbiz.gov to receive an award. Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Included with each quote, the Offeror is to provide the following: Completed above solicitation s section v, CLINS 0001-2001 with unit, extended and total price. A written statement limited to two pages or less demonstrating the offeror has the required Experience and Qualifications. One completed Past Performance Questionnaire. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. Quotes shall be submitted electronically to email address kimberly.tomasi@va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation #36C10E20Q0043. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Kimberly Tomasi via email at kimberly.tomasi@va.gov. See attached document: Statement of Work. See attached document: Picture See attached document: Past Performance Questionnaire. STATEMENT OF WORK (SOW) DEPARTMENT OF VETERANS AFFAIRS VA REGIONAL OFFICE TOGUS INTERIOR & EXTERIOR WIDOWS / DOORS CLEANING SERVICES Title of Project: Interior / Exterior Windows / Doors Cleaning Services Background and Purpose: The Department of Veterans Affairs (VA) is seeking the biannual services (Fall 2019 and Spring 2020) of a contractor to clean the windows and doors in the Veterans Benefits Togus Regional Office located in Building 248, Togus Medical Center at 1 VA Center, Augusta, ME 04330. Togus, ME VA Regional Office (VARO) last had the windows cleaned in 2009 when installed. There is a total of 81 glass windows and doors. See attached building picture. 8 - Ground level basement windows 2 - Double glass sliding doors 34 - First floor windows 37 - Second floor windows. The VA intends to make a single (all or none), firm-fixed price award for a 12-month period with four (4) option years. Performance Location: The Department of Veterans Affairs, Veterans Benefits Administration, Togus VA Regional Office, Building 248, Togus Medical Center, 1 VA Center, Augusta, ME 04330. Type of Contract: Firm-Fixed Price. Period of Performance The base year Period of Performance will be 12 months with two (2), twelve (12) month option years. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Scope of Work The contractor shall provide all labor, supervision, transportation, materials and supplies for exterior and interior window/door washing services to ensure: All interior and exterior glass surfaces are cleaned in a manner that is free of any smears, smudges or cleaning residue. Screens removed, cleaned and reinstalled. Window encasements and sills cleaned. Contractor Requirements Contractor is required to have a planned and organized approach to cleaning that uses products and processes that go beyond simple appearance and focuses on reducing impacts on human health and the environment. The selected contractor must have appropriate Material Safety Data Sheets (MSDS) present for all products used during the execution of the contract. The selected contractor will be required to provide Support Services Division (SSD) a two-week notice of their intended work schedule. Government Furnished Property (Availability of Utilities) The Government will furnish fresh water and electric current at existing outlets as may be required for the work to be performed under the contract at no cost to the contractor. Key Personnel Chief, Support Services Division, VBA Togus RO, - Tracy Sinclair Support Services Specialist, COTR, SSD, VBA Togus RO, - Scott Brooke Contracting Officer, Kimberly Tomasi HOLIDAYS Work at the government site shall not take place on Federal holidays or weekends. There is ten (10) Federal holidays set by law (USC Title 5 Section 6103). Under current definitions, four are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Billing Services performed under this contract will be billed upon completion. The contractor shall provide an invoice that will include: Contract Number Company Name and Address Invoice Date Invoice Number (Note: Each invoice must have a different Invoice Number) Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the invoice. Terms for any discount for prompt payment Name, title and phone number of the company point of contact to notify in case of a defective invoice. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E20Q0043/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E20Q0043 RFQ - 36C10E20Q0043.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5211187&FileName=36C10E20Q0043-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5211187&FileName=36C10E20Q0043-001.docx

 
File Name: 36C10E20Q0043 P11 - PICTURE - Togus Regional Office (002) (002).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5211188&FileName=36C10E20Q0043-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5211188&FileName=36C10E20Q0043-002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs / VBA;Togus VA Regional Office;Bldg 248 / Togus Medical Center;1 VA Center;Augusta, ME
Zip Code: 04330
 
Record
SN05487923-W 20191103/191101230854-f77d0dff0010cb2aafdbfd6232be05bf (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.