SOLICITATION NOTICE
X -- Warehousing and Staging Services for VHA Women's Health Services
- Notice Date
- 9/9/2020 1:00:17 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24520Q0732
- Response Due
- 9/18/2020 8:00:00 AM
- Archive Date
- 11/17/2020
- Point of Contact
- James A Whisner, Contracting Officer, Phone: (304) 326-7984
- E-Mail Address
-
james.whisner@va.gov
(james.whisner@va.gov)
- Awardee
- null
- Description
- 1. Introduction: A. 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. B. This solicitation is not restricted to any particular business size requirement (i.e., it is full and open competition). The applicable NAICS code is 493110 general warehousing and storage. C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-08. The full text of the provisions and clauses can be obtained from the following websites: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/. 2. Responding to this solicitation. Offeror must submit its offer via Email to James.Whisner@va.gov. Offeror must provide the following information with its offer: A. Legal entity name, address, DUNS of your company; B. Information that demonstrates your company s: (1) Experience performing warehousing and staging services for VA or other government entities. (2) Experience staging & monitoring equipment for trainings/presentations. (3) Storage facility meets requirements specified in Paragraph 5 of the work statement (e.g., is within 110 miles of Tampa, FL, is climate controlled, is secure/physically separated; has controlled access, has shelving). (4) Approach to maintaining inventory of equipment (e.g., receipt, tracking, reporting). (5) Past performance (e.g., customer satisfaction ratings, BBB ratings, or other similar). C. Completed Price Schedule for CLINs 0001 through 2003 (see Solicitation Attachments). Enter the unit prices and amounts (Amount = Quantity X Unit Price) for each CLIN and the Grand Total; D. Completed Immigration & Indemnity Certification (see Solicitation Attachments); 3. Date & time offers are due: September 18, 2020 at 11:00 AM EDT. 4. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3) to determine which offer provides the best benefit to the Government. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum but is not required to select a response that exceeds the minimum if it provides no value or benefit to the Government. The Government will evaluate quotes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 5. Description of Work: A. (i) TASK 1 warehousing services. Contractor will be providing up to 600 square feet of storage space. Contractor will be storing, inventorying the training simulation equipment and supplies. Women s Health Services will occasionally purchase supplies for restocking or additional training needs and have it delivered to the storage site so Contractor can place it in storage with the other training equipment. (ii) TASK 2 staging services. Contractor will transport, setup, monitor, breakdown the training simulation equipment for the Women s Health Mini Residency training events scheduled to be held in Tampa, Florida, twice per year through 2023. (iii) TASK 3 shipping prepping services. Contractor will prepare for shipment, via a commercial carrier designated by Women s Health Services, certain training simulation equipment being sent to VHA facilities who will be hosting about 30 smaller training events each year. Women s Health Services will provide Contractor with prepaid shipping labels for the equipment being shipped to the VHA facilities. After the training, the equipment will be shipped back to the storage site and Contractor will place it back into storage. (See the attached Work Statement for more details.) B. Contract Line Item Numbers, quantities, unit of measure: (see the Price Schedule attachment). 6. The provision at 52.212-1, Instructions to Offerors Commercial (JUN 2020), applies to this acquisition, including the following addenda: A. 52.204-7, System for Award Management (OCT 2018); B. 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020); D. 52.216-1, Type of Contract (APR 1984). Fill-in information: firm-fixed price; and E. 52.233-2, Service of Protest (SEPT 2006). 7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. 8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition, including the following addenda: A. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020); B. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); C. 52.204-13, System for Award Management Maintenance (OCT 2018); D. 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); E. 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Paragraph (a) fill-in information: 30 days of contract expiration; 60 days. Paragraph (c) fill-in information: 3 years; F. 52.232-18, Availability of Funds (APR 1984); G. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); H. 852.203-70, Commercial Advertising (MAY 2018); I. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019); J. 852.215-71, Evaluation Factor Commitments (OCT 2019); K. 852.232-72, Electronic Submission of Payment Requests (NOV 2018); L. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); M. 852.233-71, Alternate Protest Procedure (OCT 2018); and N. 852.270-1 Representatives of Contracting Officers (JAN 2008). 9. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2020), applies to this acquisition, including the additional FAR clauses cited in the clause: A. 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020); B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); C. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020); D. 52.219-8, Utilization of Small Business Concerns (OCT 2018); E. 52.219-28, Post Award Small Business Program Rerepresentation (MAY 2020); F. 52.222-3, Convict Labor (JUNE 2003); G. 52.222-21, Prohibition of Segregated Facilities (APR 2015); H. 52.222-26, Equal Opportunity (SEPT 2016); I. 52.222-35, Equal Opportunity for Veterans (JUN 2020); J. 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); K. 52.222-37, Employment Reports on Veterans (JUN 2020); L. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); M. 52.222-50, Combating Trafficking in Persons (JAN 2019); N. 52.222-54, Employment Eligibility Verification (OCT 2015); O. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); P. 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); and Q. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); R. 52.242-5, Payments to Small Business Subcontractors (JAN 2017); S. 52.222-41, Service Contract Labor Standards (AUG 2018); T. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); Truckdriver, Medium: WG-7. Warehouse Specialist (warehouse worker): WG-5; U. 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018); V. 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); and W. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017). 10. The Service Contract Labor Standards apply to this contract and the Department of Labor s Wage Determination is provided as an attachment to this notice; it specifies the minimum wages and fringe benefits for service employees performing on or in connection with the contract. A. 52.222-49, Service Contract Labor Standards-Place of Performance Unknown (MAY 2014).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b1b2620f3dd9438e9b25045b3ba7851a/view)
- Place of Performance
- Address: Around Tampa, Florida
- Record
- SN05791395-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 |