Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

S -- RQ-VA-515-06-0003 DUCT CLEANING

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (001C);5600 W. Dickman Road;Battle Creek MI 49015
 
ZIP Code
49015
 
Solicitation Number
RQ-VA-515-06-0003
 
Response Due
8/7/2006
 
Archive Date
10/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. The North American Industry Classification System Code is 561790, Ventilation Duct Cleaning services. The small business size standard is 6.5 million average annual receipts for the past three years. This procurement is a total set-aside for small business concerns. Offerors are encouraged to submit quotes based on the work requirements specified herein on a quarterly basis for a base year from date of award through September 30, 2006, with four pre-priced option years from October 1, 2006 through Sept 30, 2010. Proposed rates should include all costs associated with Request For Quotes (RFQ) RQ-VA-515-06-0003 as follows: SPECIFIC CONTRACT REQUIREMENTS/SCOPE OF WORK: Contractor shall furnish all labor, supplies, equipment, supervision, and services necessary to clean ceiling tiles, light lenses, inside and out, air diffusers, speaker covers, ceiling grids, vents, some walls and columns by the vents, all hoods, to thoroughly clean and remove accumulations of dirt, bugs, dust, grease, and other debris. Work includes an estimated 19,068 square feet of ceiling tile and grids, over 200 light lens covers, 20 air diffusers, 2 speaker covers, 4 hoods, 1 exhaust fan, and miscellaneous wall/column surfaces. Hood cleaning shall include the exhaust ducts over cooking areas in Building 5, Grille area in Building 83 Kitchen, and grille area in Building 39, and Dishwashing exhaust systems in Buildings 5, 39, & 83. Performance of work shall be done on a Quarterly basis, (four times a year) as coordinated the Contracting officer's Technical Representative (COTR). The Contract or shall provide MSDS sheets to the COTR prior to the start of work on each scheduled cleaning date throughout the life of this contract. MEDICAL CENTER REQUIREMENTS Hours of operation are Monday thru Friday, excluding Federal Holidays. Service is to be performed after 3pm due to this being a specialized area. Majority of work to be performed in Building 5, which is the Kitchen/Canteen area of the facility, one hood is in Building 39 and one is in Building 83. Cleaning solvent and solutions if used must be FDA-Approved for use in cooking areas. All equipment in immediate area must be covered before starting the cleaning process. Upon completion of work, all equipment and floors in the areas must be cleaned as in the condition they were found before process began. Any work identified not requiring services identified at the time will be credited back to the VA. COORDINATION OF WORK Coordination of work must be with the Chief, N&FS with 10 days notice prior to starting work. A schedule of work must be set up with N&FS two (2) weeks prior to start of job. Care must be taken so as not to set off the fire extinguishing system associated with the exhaust hoods. The contractor shall be responsible for all clean up and work associated with inadvertently activating the fire protection systems and shall be responsible for all costs incurred to get those systems back into operation. The provision at 52.212-1, Instructions to Offerors - Commercial (JAN 2005), applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this procurement. Offerors are required to submit the following documentation with proposals: Minimum Requirements: Evidence that the offeror is established in the business of providing the required services and documentation of registration in the Central Contractor database. Documentation of the minimum requirement shall be submitted with the offer. Evaluation criteria included below are in descending order of importance, (1) Past Performance, (in clude at least three references for the same or similar work with proposal), and (2) Price. Past Performance is somewhat more important than price. Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, (MAR 2005), with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (SEPT 2005), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-4 Printing/Copying Double Sided on Recycled Paper (JUN 1996), 52.204-7 Central Contractor Registration (OCT 2003), 852.270-4 Commercial Advertising (NOV 1984), 852.237-70 Contractors Responsibilities (APR 1984), 852.270-1 Representatives of Contracting Officers (APR 1984), 52.217-8 Option to Extend Services (APR 1989), and 52.217-9, Option to extend the term of the contract. (APR 1984). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (SEPT 2005), applies to this acquisition and the additional FAR clauses cited in the clause are: 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEP 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer), 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation w ith Authorities and Remedies (JUN 2004) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-16, Sanctioned European Union Country Services (FEB 2000) (E.O. 12849), 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). Proposals are due no later than 4:30 p.m., local time, (August 7, 2006). No solicitation document will be issued. Questions may be submitted to the Kay Green via e-mail at Kay.green@med.va.gov, by facsimile at (269) 660-6069, or by telephone at (269) 660-3073.
 
Place of Performance
Address: VA Medical Center;5500 Armstrong Road;Battle Creek, MI
Zip Code: 49015
Country: US
 
Record
SN01094927-W 20060723/060721220721 (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.