SOLICITATION NOTICE
S -- FLORIDA NATIONAL CEMETERY DRY CLEANING SERVICES FY20 BASE, PLUS FOUR (4) OPTION YEARS
- Notice Date
- 3/6/2020 8:22:45 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78620Q0155
- Response Due
- 3/19/2020 12:00:00 AM
- Archive Date
- 05/03/2020
- Point of Contact
- Tracy Williamstracy.williams6@va.gov
- E-Mail Address
-
tracy.williams6@va.gov
(tracy.williams6@va.gov)
- Awardee
- null
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620Q0144 Issue Date of Solicitation: March 6, 2020 Response Due Date: Thursday, March 19th, 2020, 2:00 PM (Eastern) Applicable NAICS: 812332, Industrial Launderers Classification Code: S209, Housekeeping- Laundry/Dry-cleaning Set Aside Type: Tiered Evaluations (1) Service-Disabled Veteran Owned Small Business (SDVOSB), (2) Veteran Owned Small Business (VOSB), (3) Small Business, (4) Large Business Period of Performance: April 1, 2020 through Sep 30, 2020 with (4) 1-Year Options through Sep 30, 2024 Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contracting Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Florida National Cemetery 6502 SW 102nd Avenue Bushnell, FL 33513-8914 Attachments: A Wage Determination for Sumter County, Florida B Statement of Work C Price/Cost Schedule D Past Performance Questionnaire E List of References 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; offers are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78620Q0144. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99. . NOTICE TO PROSPECTIVE CONTRACTOR(S): SOLICITATION NOTICE OF TIERED EVALUATIONS: This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) Small Business Concerns with HUBZone Small Business Concerns and 8(a) participants having priority; and (4) Large Business Concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) PRIOR TO AWARD if selected. The applicable North American Industrial Classification System (NAICS) code for this procurement is 812332, Industrial Launderers, with a business size standard in dollar of $38.5 million dollars. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of an Indefinite Delivery/Indefinite Quantity Requirements Contract. The Department of Veterans Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract. Scope: The contractor shall be responsible for Dry Cleaning/Laundering Services at the Florida National Cemetery. NON-PERSONAL SERVICES CONTRACT The services provided in the contract will involve non-personal services. The personnel rendering the services of the contract are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide Dry Cleaning/ Laundering Services for the Florida National Cemeter. Units and services to be in accordance with Statement of Work (SOW), terms and conditions contained in this solicitation. This is an Indefinite Delivery/Indefinite Quantity contract. Contractor s attention is instructed to FAR Clauses 52.216-18 Ordering and 52.216-19 Order Limitations , which are part of this contract. Indefinite delivery, indefinite quantity (IDIQ) contracts provide for an indefinite quantity of services for a fixed time. They are used when NCA cannot determine, above a specified minimum, the precise quantities of supplies or services that the Government will require during the contract period. IDIQs help streamline the contract process and speed service delivery. The Government places delivery orders Task Orders (for services) against a basic contract for individual requirements. Minimum and maximum quantity limits are specified in the basic contract as number of units and/or as dollar values the Cemetery anticipates annually. If quantities are required beyond these maximum estimates, additional Task Orders will be issued by the Contracting Officer prior to services being performed. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only. The schedule price provided shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. The guaranteed minimum award for this contract is $1,000.00. The maximum aggregate value of orders that can be placed under this contract is $XXXX.XX. The Government does not guarantee that it will place any orders under this contract more than the guaranteed minimum award amount. Period of Performance: Date of Award through 30 September 2020. (Base year) CLIN No. Supplies/Services Est. Qty Unit Unit Price Total Price 0001 Description $_________ $___________ SEE ATTACHMENT C Total $___________ Total Estimated Price Base and all Option periods $______________ Services to be Provided: See Attachment B Statement of Work Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 2:00 pm on Thursday, March 19th, 2020. Responses to this announcement will result in an Indefinite Delivery/Indefinite Quantity Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Questions pertaining to this announcement shall be sent via email to tracy.willaims6@va.gov. Telephone inquiries will not be accepted. All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than March 13th, 2020 at 4:00 p.m., (Eastern). Questions will not be addressed after the deadline date. Please do not contact the Florida National Cemetery personnel directly with any questions pertaining to this Solicitation. All questions must be forwarded to the Contracting Officer by the requested Q&A deadline date. Offer Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All Offer documents must be in Adobe Acrobat (.pdf) format No MS Word documents please. All offerors shall include the following information as part of their Offer in the following VOLUMES: Company Information (VOLUME A) Legal Business/Company Name (as listed in www.sam.gov) Company Address DUNS Number Point of Contact Name Telephone number Email Address Capabilities Statement Proof of current System for Award Management (SAM) account For SDVOSB and VOSB concerns, current Vendor Information Pages (VIP) certification (CVE letter is also acceptable) One (1) of Price Quote/Quote for all items in the schedule this should be a separate document (.pdf format) One (1) signed copy of Acknowledgement of any Solicitation Amendments One (1) copy of Completed FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data One (1) copy of Completed FAR Provision 52.212-3 Certifications and Representations or indicate whether contractor has completed the annual representations and certifications electronically at www.sam.gov (copy of current SAM status) One (1) copy of Technical Proposal (see FAR Provision 52.212-2 Evaluation Commercial Items) (VOLUME B) Past Performance Questionnaire (Attachment D) AND at least three (3) Past Performance References for related Dry Cleaning and Laundering Services (VOLUME C) Pricing shall be submitted as requested in the Price/Cost Schedule of Supplies/Services format (VOLUME D) Offers and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following: All quotes must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website https//www.vendorportal.ecms@va.gov to be considered. Offer packages that do not contain all the above materials will be rejected as non-responsive. Offeror will be responsible for ensuring that their complete proposal and all Volumes have been received the Contracting Officer by the designated deadline. Evaluation Process: The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) Requirements contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Offers will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which Offer provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate offers: Pricing: The sum of all the CLINs, to include options, will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability Demonstrated experience performing this requirement Demonstrated qualifications to perform services Use of Sub-Contractors Past Performance SDVOSB Status verification in CVE Offer Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing. Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment D) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: tracy.willaims6@va.gov. no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment E) to the Contracting Officer. The completed list of references shall be included with the offeror s offer submission. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) VAAR 819.7004, Contracting Order of Priority VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018): FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | 60 | 90 | 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019) FAR 52.217-8 Option to Extend Services (Nov 1999) (30 days) FAR 52.217-9 Option to Extend the Term of the Contract (30 days) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9). (c)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) Employee Class Monetary Wage Fringe Benefits $XXXXX + $4.50 $XXXX+ $4.50 $XXXX + $4.50 End of Addenda End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a30f5beed4064a47b79e6d811d882f6d/view)
- Place of Performance
- Address: Department of Veteran Affairs;Florida National Cemetery;6502 SW 102nd Avenue;Bushnell;Florida 33513-8914, USA
- Zip Code: 33513-8914
- Country: USA
- Zip Code: 33513-8914
- Record
- SN05581979-F 20200308/200307085918 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |