SOLICITATION NOTICE
S -- COVID 19 - DEEP CLEANING SERVICES Honolulu RO
- Notice Date
- 7/30/2020 9:44:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10E20Q0248
- Response Due
- 8/17/2020 3:00:00 PM
- Archive Date
- 09/16/2020
- Point of Contact
- Edward Bradford, Contract Specialist, Phone: 254-299-9807
- E-Mail Address
-
Edward.Bradford@va.gov
(Edward.Bradford@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 18 of 18 COMBINED SYNOPSIS SOLICITATION 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 award of a single firm fixed price contract. 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. The government intends to award without discussion. Solicitation 36C10E20Q0248 is issued as a request for quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99A, effective June 15, 2018. The combined synopsis/solicitation is set aside for Service-Disabled Veteran Owned Small Business Concerns. Only quotes submitted by Disabled Veteran Owned Small Business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a verified Service-Disabled Veteran Owned Small Business in VIP will not be considered for award. The applicable NAICS Code for this solicitation is 561720 and the Small Business Size limitation is $19.5M. Offers from SDVOSB concerns must be registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time and date set for receipt of offers and at the time and date of award to be considered for award. Offers from SDVOSB concerns that are not registered in VIP shall be rejected as non-responsive and shall not be considered for award. The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision for COVID-19 Deep Cleaning Services. The FOB Destination pricing to include most favored customer discounts. Wage Determination: WD 15-5690 (Rev.14) 01/08/2020. Pricing considering should factor in consideration for the COVID-19 Deep Cleaning Services provided by the contractor. Please provide all requested information and pricing for all CLIN as shown in the attached price schedule: Company Name: Company DUNS Number: Company Tax ID Number: Point of Contact: Telephone: Please See Attached Price/Cost Schedule Statement of Work BACKGROUND: This Statement of Work (SOW) is for the VA Honolulu Regional Office (RO) located on the campus of Tripler Army Medical Center, 459 Patterson Road, E-wing, Honolulu, HI 96819. The Honolulu RO meets with the public regularly to assist Veterans and their family members with benefits. Due to the nature of the Honolulu RO s interaction with the public and potential of coming in contact with a COVID-19 person, COVID deep cleaning services are required. There are two scenarios that may occur. Scenario one: A known positive COVID-19 patient enters the Honolulu VA Regional Office Scenario two: A unconfirmed or suspected COVID-19 patient enters the Honolulu VA Regional Office. For the terms of this Statement of Work, Scenario one will be termed COVID Deep Cleaning and Scenario two will be termed Deep Cleaning. Four (4) COVID Deep Cleanings per year and eight (8) Deep Cleaning per year with an additional one-year option period is required. PROJECT REQUIREMENTS Cleaning Requirements: COVID Deep Cleaning Four (4) Required The Honolulu RO occupies approximately 15,500 square feet on two (2) different floors. Cleaning requirement includes using EPA/CDC recommended products to combat COVID-19. COVID Deep Cleaning would include wipe down all solid, high contact surfaces and using disinfectant fog to disinfect entire workspace. COVID Deep cleaning would include but not be limited to the following items: Interior door handles and knobs Exterior door handles and knobs at the front entrance and loading dock Handicap buttons located at the public restrooms and front entrance All chairs in waiting rooms, interview rooms, job lab, conference/training rooms, cubicles, and offices. Surfaces at the reception desks All work surfaces in cubicles, offices, conference/training rooms, interview rooms, waiting rooms, and job lab. All refrigerator door handles All microwave door handles All thermostats All light switches All card access readers and keypads All remote controls in training/conference rooms Exterior of all cubicle and office desk drawers to include handles Exterior of all filing cabinets to include handles All blinds All doors All walls All ledges All government provided equipment located in employee workspaces and conference/training rooms such as keyboards, computer mice, telephones, sit stand desks, monitors, etc. All government provided equipment that is used by multiple employees such as printers and copiers. Note: Personal items do not need to be moved from work surfaces, filing cabinets, ledges, etc. Sanitizing should be completed by working around personal items. Deep Cleaning Eight (8) Required The Honolulu RO occupies approximately 15,500 square feet on two (2) different floors. Cleaning requirement includes using EPA/CDC recommended products to combat COVID-19. COVID Deep Cleaning would include using disinfectant fog to disinfect entire workspace. COVID Deep cleaning would include but not be limited to the following items: Interior door handles and knobs Exterior door handles and knobs at the front entrance and loading dock Handicap buttons located at the public restrooms and front entrance All chairs in waiting rooms, interview rooms, job lab, conference/training rooms, cubicles, and offices. Surfaces at the reception desks All work surfaces in cubicles, offices, conference/training rooms, interview rooms, waiting rooms, and job lab. All refrigerator door handles All microwave door handles All thermostats All light switches All card access readers and keypads All remote controls in training/conference rooms Exterior of all cubicle and office desk drawers to include handles Exterior of all filing cabinets to include handles All blinds All doors All walls All ledges All government provided equipment located in employee workspaces and conference/training rooms such as keyboards, computer mice, telephones, sit stand desks, monitors, etc. All government provided equipment that is used by multiple employees such as printers and copiers. Note: Personal items do not need to be moved from work surfaces, filing cabinets, ledges, etc. Sanitizing should be completed by working around personal items. Contractor will use a disinfectant from the EPA-registered list of products identified as effective against Novel Coronavirus SARS-CoV-2, or other product containing the same active ingredient(s) at the same or greater concentration than those on the CDC list. Contractor shall use the product in accordance with directions provided by the manufacturer. Contractor Furnished Property and Supplies: The contractor shall furnish at his/her own expense, all labor, materials, machinery, and appliances which may be necessary or appropriate in the performance of this contract. Storage and Operation: Contractor will be responsible for ensuring all equipment, tools, and supplies used meet necessary safety requirements and employees have full working knowledge of their use. Government Property and Supplies: The cleaning crew will be responsible for returning items back to the original location after cleaning the area. The RO has employees that have disabilities and their work areas have been set-up to accommodate their needs. Compliance with Laws: The contractor shall comply with applicable Federal, State and local safety and fire regulations and codes and rules of the government facility. The contractor shall keep abreast of and comply with changes in these regulations and codes applicable to the contract. This includes ages of work crew not under the age of 18 years. The Contractor shall immediately correct any safety, security or Privacy Act deficiencies caused by Contractor personnel. If the Contractor fails or refuses to correct deficiencies promptly, the Contracting Officer (CO) may issue an order stopping all or any part of the work. The C&A requirements do not apply, and a Security Accreditation Package is not required. Mobilization: Contractor will need to be able to mobilize, schedule, and complete deep cleaning with less than 48-hour notice. Work Schedule: The contractor will work with the POC to establish a work schedule for the work to be completed. Work would occur after 4pm, Monday through Friday, or Saturday, 7:00am to 3pm. VA Employees will be clear of working areas. A VA employee will escort the contractor around the facility while work is being performed. PROJECT ADMINISTRATION VBA POC: Aiko Shibuya, Honolulu VA Regional Office Phone: 808-433-0501 vii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions are added as addenda: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) (End of Provision) (End of Addendum to 52.212-1) 52.212-2, Evaluation Commercial Items, (OCT 2014), applies to this solicitation. 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 FACTOR 1: TECHNICAL CAPABILITY - The technical capability rating reflects the degree to which the proposed approach has demonstrated the ability to perform COVID Deep Cleaning Services as required by the solicitation. The technical evaluation rating will be determined by evaluating the following: Vendors shall submit documentation illustrating a clear description of the management methodology that will be used for executing the effort described in the SOW. This description shall include: (1) ability to meet response times; (2) details of the vendor s plan (when applicable) to meet the limitations on subcontracting. Vendors must also provide a written statement with adequate assurance that per 13 CFR 125.6 they can meet the limitations of subcontracting. Per 13 CFR 125.6 (1), in the case of a contract for services (except construction), the [prime contractor] will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Since an independent contractor such as a 1099 employee is considered a subcontractor then, each independent subcontractor needs to be registered in VIP as an SDVOSB to be considered as a similarly situated SDVOSB entity that does not count towards the limitations of subcontracting. EVALUATION FACTOR 2: PAST PERFORMANCE- The past performance evaluation will be accomplished by reviewing aspects of a Vendors recent and relevant past performance. The Vendor shall submit past performance information that is both recent (within the past three (3) years) and relevant (similar in size, scope, and complexity to the requirement being procured), if applicable. Recent and relevant past performance shall be discussed for the prime contractor and/or any major team members or teaming partners proposed to support this contract. The Vendor is provided an opportunity to submit a list of no more than three (3) of the Vendor s most recent and relevant past performance information on projects: similar in size, scope, and complexity to the requirement being procured under this solicitation, performed for Government agencies and/or commercial customers within the last three (3) years from the solicitation release date. The past performance submittals shall include (when applicable): Contract Number, Contracting Officers (CO): Name, Phone number and Email address, Contracting Officers Representatives (COR): Name, Phone number and Email address, Non-Government Points of Contact (if applicable), Total Contract Value at time of award and final price after any/all modifications, Initial Period of performance (POP) and final POP after any/all modifications, Narrative describing the requirement and reason for any modifications which effected price or performance period. The Government reserves the right to obtain past performance data from other sources than those identified by the Vendor in evaluating past performance. In the case of a Vendor 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 Vendor may not be evaluated favorably or unfavorably on past performance. Therefore, the Vendor shall be determined to have unknown past performance. In the context of confidence, the Vendor will be evaluated as Unknown Confidence and shall be considered neutral. EVALUATION FACTOR 3: PRICE- The Vendor is required to quote a fully burdened fixed price for the CLIN structure as shown in the solicitation s attached price/cost schedule. Insert the quoted unit and extended prices in Contract Line Item Number (CLIN) 0001 through 1002. All unit prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458. The Government shall evaluate price to determine whether or not it is considered fair and reasonable. Options - The Government will evaluate quotes for award purposes by adding the total price for all options to the base price for the basic requirement to include the possible contract extensions under FAR Clause 52.217-9, Option to Extend the Term of the Contract. The Government will evaluate its option to extend services at FAR Clause 52.217-8 by adding six (6) months of the Offeror's proposed price for the final option period to the Offeror's total proposed price. The Government may determine that the quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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. ADDENDUM TO 52.212-2 1. Contract Type: The contract will be firm-fixed price. It will be competed and awarded under Federal Acquisition Regulation Part 13, Simplified Acquisition Procedures. The Government intends to select one Contractor from the subject solicitation. 2. SAM Registration: Quoters must be registered in the System for Award Management (SAM). No contract will be entered into with an unregistered contractor. Internet access allows you to register by completing an electronic on-line registration application at https://www.sam.gov/portal/public/SAM/ On-line Representations and Certifications (ORCA) may also be filled out at this website. 3. Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is August 10, 2020 by 5:00 PM CST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. 4. Amendments: Amendments to this solicitation will be posted https://beta.sam.gov/ , which replaced http://www.fedbizopps.gov (FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. 5. Basis For Award: This requirement will be competed and awarded under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The Government will award a purchase order resulting from this solicitation to the responsive, responsible offeror in accordance with FAR 9.104-1 and whose quote conforms to the solicitation will be the best value to the Government, price and other non-price factors considered. Since award may be made to the Quoter with other than the lowest price, price is not necessarily the determining factor. 6. Award and Selection: Following receipt of quotes, the government will perform an evaluation using a comparative analysis of the products/services quoted, in an impartial manner. The government intends to compare what has been quoted to one another to select the product/service that is best suited to fulfill the requirement. The evaluation factors outlined in this request for quote will determine suitability. 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 non-price factors considered. 7. Quote Preparation Instructions: Quotes shall be based on the requirements of the solicitation, and must contain the following: Part I - Price: Insert proposed unit and extended prices in all Contract Line Item Numbers (CLINs). All prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458. Part II Past Performance: Quoter may submit up to three (3) relevant references (relevant is defined in this RFQ as within the last 3 years) for which your company has provided work similar in size and scope to this requirement. Please provide current contact information to include an active contact s name, e-mail, phone number, address, and organization to include a brief description of the work completed, dollar value of contract, contract period of performance, and a contract # (if applicable). References may be checked to ensure your company is capable of performing in accordance with the Statement of Work. 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 other designated Technical Representatives. Offerors are reminded that both independent data and data provided by Offerors in their quotes may be used by the Government to evaluate past performance. The Contracting Officer may also evaluate past performance based on direct knowledge of the Contractor s performance on current or recent contracts. 8. Submission of Quotes: Quotes are due no later than August 17, 2020 by 5:00 PM CST. Quotes shall be submitted electronically to Edward.Bradford@va.gov. The email subject line must contain the following: Quote in Response to 36C10E20Q0248, COVID-19 Deep Cleaning Services, Honolulu, HI VBA . 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. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. 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. viii. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2018) applies to this solicitation. The offeror has 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 ____________.. ix. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this solicitation. The following provisions clauses are added as addenda: 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) 52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (JAN 2017) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. 52.227-14 Rights in Data-General (MAY 2014) 52.232-18 Availability of Funds (APR 1984) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.270-1 Representatives of Contracting Officer (JAN 2008) 852.252-70 Solicitation Provisions or Clause Incorporated by Reference (Jan 2008) 852.273-74 Award without Exchanges (Jan 2003) (End of Addendum to 52.212-4) xii. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2020), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph a clause applicable: 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 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 (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.224-3 Privacy Training (JAN 2017) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Wage Determination: WD 15-5320 (Rev.11) 12/23/2019 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) xiii. Additional Contract Requirements or terms and conditions: See attached document: Price/Cost Schedule xiv. Defense Priorities and Allocations Systems and assigned rating: N/A xv. Quotes are due no later than April 17, 2020 by 5:00 PM CST. Offers shall be submitted electronically to Edward.Bradford@va.gov. xvi. For additional information, please contact the Contracting Officer, Edward Bradford, via e-mail to Edward.Bradford@va.gov. See attached document: Price/Cost Schedule
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a0e84b5028fe4e5cba3a3c9e6b9e02d7/view)
- Place of Performance
- Address: Department of Veterans Affairs Honolulu VBA Regional Office Tripler Army Medical Center 459 Patterson Road, E-wing, Honolulu, HI 96819, USA
- Zip Code: 96819
- Country: USA
- Zip Code: 96819
- Record
- SN05739896-F 20200801/200730230149 (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 |