DOCUMENT
S -- Snow Removal Services - Dayton - Attachment
- Notice Date
- 10/23/2014
- Notice Type
- Attachment
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of Veterans Affairs;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- VA25015Q0022
- Response Due
- 11/4/2014
- Archive Date
- 12/19/2014
- Point of Contact
- Gary L Wike
- E-Mail Address
-
7-3994<br
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (2) The applicable solicitation number is VA250-15-Q-0022 and it is issued as a request for quote (RFQ). Ensure responses include this solicitation number. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. (4) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code for this acquisition is 561790. For the purpose of this procurement the small business size standard is $7.5M. (5) REQUIREMENTS: Service Non-Personal: Contractor shall provide all equipment, labor, transportation, training, insurance and supervision necessary to provide snow and ice removal services at the Dayton VA Medical Center campus at 4100 West 3rd Street, Dayton, OH 45428. All work shall be conducted in complete accordance with attached Statement of Work. (6) CONTRACT LINE ITEMS: The cost for the following Contract Line Item Number (CLIN) will be submitted as follows and will include all associated costs to perform services in accordance with Para (5), Requirements: CLINDESCRIPTIONQTYUNIT OF ISSUEUNIT PRICEEXTENDED PRICE 0001Snow Removal 0" to 4"10Each ______________ ______________ 0002Snow Removal 4"+2Each ______________ ______________ (7) PERIOD OF PERFORMANCE: The period of performance for this requirement begins on the effective date of the resultant contract until 30 April 2015 (or end of 2014/2015 snow season). (8) The following clauses and provisions apply to this solicitation (available from http://www.acquisition.gov/far/): FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. No addenda are attached. FAR 52.212-2, Evaluation -Commercial Items. (a) 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: 1. Capability of the proposed services to meet the government's stated technical requirements; 2. Price 3. Past Performance. 4. Socioeconomic Considerations Evaluation technical capability: to be considered technically acceptable, offerors must provide a proposal detailing what methods will be utilized to meet the Government requirement. At a minimum this shall include: Make/Model of Vehicles to be utilized; Qualifications of Drivers (to include required licenses, Class B etc.); Technical Proposal detailing how offeror will perform the required services (response time, scheduling, specialized equipment to be utilized (snow blower, plows, Front loaders, etc.,); and Past Performance. Failure to supply the minimum items may result in the submitted offer being deemed non-responsive. The Government intends to award without discussions so offeror's should propose their best terms during initial proposal. The Government reserves the right to open discussions if no offer submitted meets all the required specifications. Evaluation of Past Performance: Provide a list of three (3) projects completed during the last three (3) years that is similar in scope to this requirement and a point of contact's name, telephone number, and e-mail address. Evaluation of Price: While the evaluated price is a substantial area to be taken into consideration in the overall integrated assessment of offers, the Government may select other than the lowest priced, acceptable offer if it is determined that the additional capability offered is worth the additional cost. Evaluation of Socioeconomic Considerations: In accordance with, 38 U.S.C. 8127; VAAR 852.215-70 and VAAR 852.215-71, the Government shall evaluate the offeror's SDVOSB and/or VOSB status within the VA Vendor Information Page (www.vip.vetbiz.gov) and provide credits to the submitted offer in evaluation of price. Technical and Past Performance factors, when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-41, Service Contract Act FAR 52.224-1, Privacy Act Notification FAR 52.224-2, Privacy Act, applies to this solicitation. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation VAAR 852.203-70, Commercial Advertising VAAR 852.215-70, Service-Disabled Veteran-Owned And Veteran-Owned Small Business Evaluation Factors VAAR 852.215-71, Evaluation Factor Commitments VAAR 852.237-70, Contractor Responsibilities VAAR 852.232-72, Electronic Submission of Payment Requests
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25015Q0022/listing.html)
- Document(s)
- Attachment
- File Name: VA250-15-Q-0022 VA250-15-Q-0022.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1695206&FileName=VA250-15-Q-0022-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1695206&FileName=VA250-15-Q-0022-000.docx
- File Name: VA250-15-Q-0022 Snow Removal Statement of Work.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1695207&FileName=VA250-15-Q-0022-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1695207&FileName=VA250-15-Q-0022-001.docx
- File Name: VA250-15-Q-0022 Parking Lots - Roads Map Dayton Campus.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1695208&FileName=VA250-15-Q-0022-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1695208&FileName=VA250-15-Q-0022-002.pdf
- File Name: VA250-15-Q-0022 05-2420 - Rev 17 (Dayton).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1695209&FileName=VA250-15-Q-0022-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1695209&FileName=VA250-15-Q-0022-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-15-Q-0022 VA250-15-Q-0022.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1695206&FileName=VA250-15-Q-0022-000.docx)
- Record
- SN03556901-W 20141025/141023234435-6f14de2ed0bf4e921870d89612f43ced (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 |