SOLICITATION NOTICE
V -- Temporary Lodging and Visual Accommodation Services for the Lebanon VA Medical Center, Lebanon PA 17042
- Notice Date
- 9/9/2020 1:49:26 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q1050
- Response Due
- 9/18/2020 12:00:00 PM
- Archive Date
- 12/26/2020
- Point of Contact
- joann.chukinas@va.gov, JoAnn Chukinas, Phone: (570) 824-3521 x7054
- E-Mail Address
-
joann.chukinas@va.gov
(joann.chukinas@va.gov)
- Awardee
- null
- Description
- 36C24420Q1050 Page 1 of Page 1 of Page 9 of 9 Page 1 of Page 1 of Solicitation Number / RFQ 36C24420Q1050 Lodging & Visual Impairment Accommodation Services for Lebanon VAMC in Lebanon, Pennsylvania This is a Combined Synopsis/Solicitation for Multiple Award Blanket Purchase Agreements for Temporary Lodging & Visual Impairment Accommodation Services in Accordance with the Performance Work Statement utilizing FAR PART 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis solicitation number is 36C24420Q1050. It is issued as a Request for Quote (RFQ). The government anticipates awarding Firm Fixed Price Multiple Award Blanket Purchase Agreement (BPA) contracts resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 (08/31/2020) and can be found at http://www.acquisition.gov/far/index.html. The North American Industrial Classification System (NAICS) code for this procurement is 72110 This solicitation is unrestricted. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at www.sam.gov. Confirmation of SAM registration will be validated prior to awarding a contract. The Department of Veterans Affairs Medical Center (VAMC) in Lebanon, Pennsylvania requires contracts for temporary lodging accommodation services and visual impairment services at the Lebanon VA Medical Center (LVAMC), which is located at 1700 South Lincoln Avenue, Lebanon, PA 17042. The Contractor shall provide all labor, supervision and all other resources required to deliver the temporary, comfortable, overnight, local and safe lodging accommodations for Veterans and their caregiver s. The contracted temporary lodging and visual impairment accommodation services will fulfill the standards set by our current responsiveness to the Veterans of the Lebanon VAMC population as determined by current standards of customer satisfaction The Lebanon VAMC intends to award a five-year BPA, for a base period (one year) beginning 10/01/20 9/30/21 with four, one-year option periods. A complete description of the services to be acquired, and/or applicable Government need(s) as follows: See Attachment A: Statement of Work. Contracting Office Address: Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) 1111 East End Blvd. 6th Floor Wilkes-Barre, PA 18711 Contract Specialist: JoAnn Chukinas POC Information: Lebanon VA Medical Center 1700 South Lincoln Ave, Lebanon, PA 17042 Quotes in response to this RFQ are due on Friday, September 18, 2020. They shall be submitted in writing and sent via email to: Joann.Chukinas@va.gov Please insert Solicitation Number 36C24420Q1050 Temporary Lodging & Visual Impairment Accommodation Services for Lebanon VAMC in the subject line of your email. All submissions shall be 5MB or less. If the email is more than 5MB, submit multiple emails labeling them 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Contracting Officer by Monday, September 14, 2020. Questions will not be accepted after this date. See Price/Cost Schedule. Fill out Attachment and send with your quote. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Provision FAR 52.212-1 Instructions To Offerors Commercial Items (OCT 2018) applies to this acquisition. Addendum to FAR 52.212-1 Supplemental Instructions to Offerors applies to this acquisition: For the purposes of evaluating competing quotes, Quoters shall submit quotes that include the following documentation: Solicitation: Page 1 of SF1449 Complete Blocks 17a. (including Contractor Point of Contact); 30a; 30b. and 30c. Page 2 of SF1449 Complete Contractor POC Information and Acknowledge Amendments, if applicable. Complete Attachment. Price/Cost Schedule for each CLIN and return with your quote. Quoters Representations and Certifications per FAR Provision 52.212-3. Offerors shall include a completed copy of the provision with their offer if the Offeror has not completed electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/. Please prepare and send THREE SEPARATE DOCUMENTS as part of your quote: (Volume 1) Technical Capability; (Volume 2) Past Performance Information; and (Volume 3) Solicitation information (see above) which includes Attachment Price/Cost Schedule for each CLIN. The maximum file size is 5 MB I can receive in one email. Quote shall be submitted via email to: JoAnn Chukinas, Contract Specialist Joann.Chukinas@va.gov. Include in subject line of email: Solicitation Number 36C24420Q1050 Temporary Lodging and Visual Impairment Accommodation Services for Lebanon VAMC. All quotes shall be submitted on or before the offer due date shown on page 1 of the Standard Form 1449; in Block 8. 1. Technical Capability (Technical Proposal & Staffing Approach): Under no circumstances shall pricing information be included in the Technical Capability. Technical Proposal: Quoters shall submit the following information: a. A detailed description of contractor s technical proposal that demonstrates your ability to perform the work described in the Performance Work Statement (PWS) b. Copy of facility s licenses, permits, and certification required by law. c. What is the distance and travel time to the Lebanon VA Medical Center from the hotels where you would be making accommodations? d. Would you be able to provide smoking rooms at the hotels where you would be making accommodations? e. Would you be able to provide Handicap Accessible rooms at theĀ hotels where you would be making the accommodations? f. Can you confirm that reservations would only be made in a hotel with 24/7 front desk staff? g. Can you confirm that microwaves and refrigerators would be made available in the rooms? h. Would you be able to provide any black out dates in advance? i. Would you be able to provide for a block of rooms at the same hotel for Veterans staying weekly? 2. Past Performance: Quoters shall provide up to three (3) references, preferably of Government work, performed in the last five (5) years for the prime contractor. Past performance information shall be recent (performance within the last five years) and relevant to this scope of work. All past performance references shall include name of client, customer point of contact, customer telephone number, contract number, award amount, project/service location, and other relevant information. The apparent awardees past performance will be evaluated as part of the contractor responsibility determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. The Government reserves the right to seek past performance information (prime and/or subcontractor(s)) from any sources not included in your past performance references and available to the Government to include, but not limited to, CPARS or other databases; interviews with Program Managers, customers, and Contracting Officers. 3. FAR 52.212-2 Evaluation Commercial Items (OCT 2014) applies to this acquisition: (a) The Government will award BPA s resulting from this solicitation to the responsible Quoters that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate technical capability, past performance and price reasonableness. (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Capability, Past Performance and Price The Contracting Officer will award multiple, firm fixed price BPA s resulting from this RFQ to the responsible Quoters whose quote conforming to the RFQ is most advantageous to the Government. Clauses included in this solicitation in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2020). The following subparagraphs are applicable: Subparagraph (b)(4), (b)(8), (b)(12), (b)(22), (b)(27), (b)(29), (b)(30),(b)(31), (b)(32), (b)(33), (b)(35)(i), (b)(44), (b)(51), (b)(57). Subparagraphs (c)(2), (c)(3), (c)(8), (c)(9). . (End of Clause) . FAR 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 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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. (End of Clause) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [] 852.209 70, Organizational Conflicts of Interest. [] 852.211 70, Equipment Operation and Maintenance Manuals. [] 852.214 71, Restrictions on Alternate Item(s). [] 852.214 72, Alternate Item(s). [Note: this is a fillable clause.] [] 852.214 73, Alternate Packaging and Packing. [] 852.214 74, Marking of Bid Samples. [] 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. [] 852.215 71, Evaluation Factor Commitments. [] 852.216 71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 73, Economic Price Adjustment State Nursing Home Care for Veterans. [] 852.216 74, Economic Price Adjustment Medicaid Labor Rates. [] 852.216 75, Economic Price Adjustment Fuel Surcharge. [] 852.219 9, VA Small Business Subcontracting Plan Minimum Requirements. [] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [] 852.219 11, VA Notice of Total Veteran-Owned Small Business Set-Aside. [] 852.222 70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. [] 852.228 70, Bond Premium Adjustment. [] 852.228 71, Indemnification and Insurance. [] 852.228 72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. [X] 852.232 72, Electronic Submission of Payment Requests. [] 852.233 70, Protest Content/Alternative Dispute Resolution. [] 852.233 71, Alternate Protest Procedure. [] 852.237 70, Indemnification and Medical Liability Insurance. [] 852.246 71, Rejected Goods. [] 852.246 72, Frozen Processed Foods. [] 852.246 73, Noncompliance with Packaging, Packing, and/or Marking Requirements. [X] 852.270 1, Representatives of Contracting Officers. [] 852.271 72, Time Spent by Counselee in Counseling Process. [] 852.271 73, Use and Publication of Counseling Results. [] 852.271 74, Inspection. [] 852.271 75, Extension of Contract Period. [] 852.273 70, Late Offers. [] 852.273 71, Alternative Negotiation Techniques. [] 852.273 72, Alternative Evaluation. [] 852.273 73, Evaluation Health-Care Resources. [] 852.273 74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: [X] 852.237 74, Nondiscrimination in Service Delivery. (End of Clause) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-37 Multiple Payment Arrangements (MAY 1999) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) Provisions included in this solicitation in full text: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2019). Offerors shall include a completed copy of the provision with their offer if the Offeror has not completed electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/ FAR 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 (End of provision) Wage Determination 2015-4231, REV 11 dated 07/30/2020 applies and can be found at: https://beta.sam.gov/wage-determination/2015-4224/15?index=wd&keywords=&is_active=true&sort=-modifiedDate&date_filter_index=0&date_rad_selection=date&wdType=sca&state=PA&county=14574&prevP=prevPerfNo&page=1 End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/064a48ec675f4c899abf874651c4388e/view)
- Record
- SN05791378-F 20200911/200909230144 (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 |