DOCUMENT
S -- Snow removal and salting services Stratton Albany VA Medical Center - Attachment
- Notice Date
- 11/9/2015
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 02;1304 Buckley Road;Suite C104;Syracuse NY 13212-4311
- ZIP Code
- 13212-4311
- Solicitation Number
- VA52816Q0033
- Response Due
- 11/18/2015
- Archive Date
- 12/18/2015
- Point of Contact
- Richard Williams
- E-Mail Address
-
Contracting Officer
(richard.williams18@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number:VA528-16-Q-0033 Posted Date:November 6, 2015 Original Response Date:November 18, 2015 Current Response Date:November 18, 2015 Classification Code:S218-Snow removal services Set Aside:100% Small business NAICS Code:561730-Snow plowing services Contracting Office Address Department of Veterans Affairs Syracuse VA Medical Center Richard Williams 1304 Buckley Road Suite C104 Syracuse, NY 13212-4311 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a "Request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53-August 3, 2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730, with a small business size standard of $7.5 million. The Department of Veterans Affairs, Stratton Albany VA Medical Center is seeking to purchase snow plowing and salting of its campus roads, parking lots and sidewalks. All interested companies shall provide quotations for the following: Statement of Work Stratton Albany VA Medical Center 113 Holland Avenue Albany, NY 12208-3410 Snow Removal and Deicing SCOPE OF SERVICES The VA Healthcare Upstate New York (VAHNUNY), a division of the United States Government's Department of Veterans Affairs, has a requirement to clear snow and ice from identified roads, parking lots and sidewalks for the Stratton Albany VA Medical Center, 113 Holland Avenue, Albany, New York 12208-3410 to include the main hospital building located at 113 Holland Avenue, Albany, New York and its outbuildings. Total areas to be plowed and maintained are approximately 690,000 square feet. Please see attached Albany VAMC site plan. STATEMENT OF WORK 1.The Contractor shall provide all labor, equipment, protective clothing/gear, supervision, travel, vehicles, tools, road salt, calcium chloride and other items as deemed necessary to clear snow and ice from identified areas during the contract period of performance at the Stratton VA Medical Center, 113 Holland Avenue, Albany, New York. Services to be performed include the following: 2.Contractor shall monitor weather conditions of the area and on VA Campus and provide snow removal services and apply salt, automatically and without need for any request. Contractor will plow and salt all roadways, sidewalks and parking lots upon the start of snow or ice accumulation and thereafter as deemed necessary to maintain clear roadways and sidewalks free of ice. Rock salt shall be used in drive lanes, fire lanes and parking lots. Calcium chloride shall be used on concrete sidewalks. Contractor shall plow drive lanes, fire lanes and parking lots and plow or shovel sidewalks once snow begins to fall. 3.Contractor shall provide all trained personnel, equipment and supplies necessary to complete services which includes clearing all drive lanes, fire lanes, fire hydrants, parking areas, and sidewalks adjacent to buildings and public sidewalks. Contractor shall also provide personnel to properly reroute traffic and assist with the public in closing of parking lots. Contractor shall provide the name of a supervisor and cell phone for the supervisor to contact in case of emergencies. 4.Contractor shall perform all services in accordance with the scope of work. Contractor shall perform all services diligently and in a good, professional and first class manner, using good quality, materials, equipment and workmanship and sufficient trained personnel (including supervisors when appropriate) to complete the services. Services must be completed in a safe and timely manner which does not unduly interfere with the operation of the property, the facility and the Veterans, Staff and Visitors. Contractor shall obtain and maintain, at its expense and at all times during the contract, all necessary licenses, permits, training or other authorizations which may be necessary to perform these services. 5.Contractor will comply with all Federal, New York State, and local government laws, regulations, codes and ordinances. 6.For snowfalls 2"-6" in depth, all snow shall be plowed away from the buildings and pushed to the farthest end of the parking lot. No snow shall be piled up and stacked around light posts, or onto islands or landscaping. All designated areas for pushing and dumping of snow will be agreed upon with the VA Contracting Officer's Representative (COR). 7.For snowfalls of more than 6" in depth, all snow shall be plowed away from the buildings. Contractor will relocate snow that has accumulated if such accumulation begins to impair access to property entrance, fire lanes, interior roadways or designated parking lots. The COR will provide an alternate location to contractor If snow needs to be relocated. 8.Contractor shall return at night to plow parking lots after parking lots are clear of vehicles. 9.All fire hydrants must be kept free from snow and easily accessible in case of emergencies. 10.When snow begins to fall with heavy and rapid accumulations shortly before or during business hours, contractor will begin plowing the snow from the parking lots using the fastest and safest method possible. In some cases this may mean windowing snow at islands or even light posts and it is understood that the snow will be removed from such places upon request. Stacking snow onto island may also be necessary, depending upon snowfall accumulation and time limitations. 11.The authorized VA representative may contact the Contractor to provide notification of needed snow plowing and de-icing service. Upon receiving notification, the Contractor will respond within one (1) hour and continuously provide the necessary manpower, equipment and materials to complete service as required in this contract. 12.Contractor shall not create drifts in front of dumpster enclosures, fire lanes, or entrances, on sidewalks or blocking walkways and agrees to move contractor created drifts at no additional cost. 13.Contractor will be responsible for shoveling out VA motes with exit path. 14.Contractor will be responsible for shoveling spaces on Memorial Drive for flag holders to be accessible. 15.Contractor will be responsible for moving "safe hit" barriers at parking lot entrances. 16.Contractor shall be responsible for damage to the property caused by snow removal operations including, but not limited to, buildings, curbs, parking blocks, islands, sidewalks, light poles, signs, landscaping, paving or stripping of the property or equipment used in connection therewith. 17.No additional work outside the scope and specific tasks listed above shall be performed without the written approval of the Contracting Officer. Services performed without this approval will be performed or furnished at the contractor's expense. 18.Wage Determination. U.S. Department of Labor Wage Determination: In compliance with Section IV, Contract Clauses, incorporating the provisions of FAR 52.222-41 Service Contract Act of 1965, and FAR Clause 52.222-42, Statement of Equivalent Rates for Federal Hires, offerors are advised that service workers employed under any contract resulting from this solicitation shall be paid not less than the minimum amounts shown in Attachment 2 and at the U.S. Department of Labor Wage Determination available at: http://www.wdol.gov/. 19.Government-Furnished Equipment (GFE) / Government-Furnished Information: NONE. 20.Hours of Coverage. The contractor shall provide snow removal and de-icing services twenty-four (24) hours per day, seven (7) days per week, including holidays at no additional cost to the VA. National Holidays include: New Years' DayLabor Day Martin Luther King DayColumbus Day Presidents' DayVeterans' Day Memorial DayThanksgiving Day Independence DayChristmas Day Any other day specifically declared by the President of the United States to be a national holiday. 21.Security Requirements. The contractors' employees shall wear visible identification and company uniforms approved by the COR, at all times while on the premises of the VAMC. Uniforms will present a neat and professional appearance. Any emblem hats, caps or shirts bearing other than the contractor's company name are not deemed acceptable attire. Smoking is prohibited inside any VA buildings and prohibited on the VA Campus, including inside of all vehicles/snow removal equipment, while on VA property. Possession of weapons is prohibited on VA property. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section or from the COR.. 22.Protection of Government property. Damage resulting from Contractor operations shall be repaired by the contractor at no additional cost to the government. Contractor shall be responsible to meet all OSHA/Safety requirements in the performance of the work. This shall include but not limited to taking all the necessary precautions to protect the patients, visitors and/or staff at each location. The Contractor shall be held responsible for any injuries and/or damages which may be caused as a result of the contractor's failure to adhere to these requirements. Extreme caution will be exercised to prevent damage to the grounds and sidewalks. Any damage must be reported to the COR immediately for appropriate action. Any damage caused by the contractor shall be repaired and/or replaced to the satisfaction of the VA at the contractor's expense. 23.Payment. Invoices will be paid in arrears on a monthly basis upon completion of the services. Each invoice must include the VA Purchase Order Number, Invoice Number, and the date and time the services were rendered. Invoices must be submitted electronically for payment. 24. Insurance. A certificate of insurance shall be submitted to the CO prior to commencement of services. Minimum requirements are as follows: Workers Compensation and Employers Liability. Contractors are required to comply with applicable Federal and State Workers Compensation and occupational disease statutes. General Liability. Contractors are required to have Bodily Injury Liability Insurance Coverage written on the comprehensive form of policy of at least five hundred thousand dollars ($500,000) per occurrence. Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least five hundred thousand dollars ($500,000). 25.Staging of snow removal equipment on grounds of Albany VA Medical Center is at the discretion of the COR. 26.QUALITY ASSURANCE. The Government will evaluate the contractor's performance in accordance with the Government's Quality Assurance Surveillance Plan below. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance ObjectiveSOW ParagraphPerformance Threshold Removal of Snow & Ice Avoid accumulation to prevent patient safety concerns and eliminate ice and slip risks as needed. Ensure paved areas are safe for vehicle or pedestrian traffic. Ensure areas have adequate de-icing material for the current conditions. Customer complaints shall not exceed three (3) per month. Driveway Entrance/Exit Maintenance The contractor shall ensure that all drives, service or otherwise leading in or out of the VAMC campus are maintained. The accumulation of snow on either side of the driveway apron shall not exceed three feet in height so as not to cause a safety concern for both auto and pedestrian traffic. Customer complaints shall not exceed three (3) per month 27.Site Visit. All potential offerors are instructed to contact Alexia Briwa, COR, to schedule a site visit prior to submitting proposals. Please contact Alexia Briwa via email at alexia.briwa@va.gov or via phone at (518) 626-6801 to schedule your site visit. 28.Period of Performance. November 23, 2015 to March 31, 2016 with one option year that may be exercised at the discretion of the Government. 29.By submitting a quote, the quoter acknowledges the requirement to be registered in SAM (System for Award Management) database prior to award, during performance and through final payment of a contract resulting from this solicitation. Place of Performance Address:113 Holland Avenue, Albany, NY Postal Code:12208-3410 Country:UNITED STATES Award shall be made to the bidder whose quotation will be the lowest price technically acceptable (LPTA) offer. The government will evaluate information based on the following evaluation criteria: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Lowest Price Technically Acceptable (LPTA) to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability 2. Past experience 3. Price Factor 1- Technical Capability (Acceptable/Unacceptable) a)A brief statement (no more than 1 page) that the contractor is capable of meeting the Specific Tasks listed in the SOW. b)Describe proposed plan for performance of services, including the methods used to handle emergency requirements necessary in the event of excessive ice and snow, and standard procedures employed by contractor personnel in performance of such services. c)Describe management practices relative to performance of the requirements contained in this solicitation. In particular, describe means of assuring timely removal for snow and ice, both established and new, from the onset of the contract period. Indicate means of maintaining adequate, trained ice and snow removal staff. Provide method for, means of scheduling ice and snow removal staff, and other factors to provide adequate, timely access/service for ice and snow removal. Technical Capability will be graded as Acceptable or Not Acceptable. The Offeror must receive an "Acceptable" in all technical areas in order to receive an overall rating of "Acceptable" in Technical Capability. Technically Acceptable/Unacceptable Ratings RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Factor 2-Past Experience (Acceptable/Unacceptable/Neutral) a)Offerors shall submit the following information as part of their technical proposal. (Offerors should send their listed private sector references a letter, authorizing the reference to provide past performance information to the Government). Each offeror will be evaluated on his/her performance under existing and prior contracts for similar services. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. Offerors shall submit the following: 1.A list of contracts completed during the past three (3) years and all contracts and subcontracts currently in process for ice and snow removal services. Contracts listed shall include those entered into by the Federal Government, agencies of state and local governments, and commercial customers. Include the following information for each contract: (a)Name and address of contracting activity (b)Name and telephone number of contract person (c)Dates of contract performance (d)Total contract value 2.The offeror may provide information on problems encountered on the contracts above and corrective actions taken to resolve those problems. Offerors should not provide general information on the identified contracts. General performance information will be obtained from the references. Factor 3 - Price a) Complete Section B.4 Schedule of Fees/Costs and attached Pricing Schedule and submit as a separate document. Relative Importance of Evaluation Factors. The combined weight of factors 1 and 2 is significantly less important than price. The following solicitation provisions apply to this acquisition: 1.FAR 52.212-1, "Instructions to Offerors-Commercial Items" [October 2015] 2.FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" [October 2015] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: "FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" [May 2015] "FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" [October 2015] The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). [X] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [X] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [X] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (OCT 2015) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [X] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee Class Monetary Wage-Fringe Benefits [X] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). The following FAR clauses pertain to this acquisition: C.2 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) (a) Definitions. As used in this clause- "Postconsumer fiber" means- (1) Paper, paperboard, and fibrous materials from retail stores, office buildings, homes, and so forth, after they have passed through their end-usage as a consumer item, including: used corrugated boxes; old newspapers; old magazines; mixed waste paper; tabulating cards; and used cordage; or (2) All paper, paperboard, and fibrous materials that enter and are collected from municipal solid waste; but not (3) Fiber derived from printers' over-runs, converters' scrap, and over-issue publications. (b) The Contractor is required to submit paper documents, such as offers, letters, or reports that are printed or copied double-sided on paper containing at least 30 percent postconsumer fiber, whenever practicable, when not using electronic commerce methods to submit information or data to the Government. (End of Clause) C.3 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of Clause) C.4 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. (End of Clause) C.5 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from November 16, 2015 through March 31, 2017. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) C.6 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $50,000.00; (2) Any order for a combination of items in excess of $50,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) C.7 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after. (End of Clause) C.8 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) C.9 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 30 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. (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 two (2) years. (End of Clause) C.10 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policiesevidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of Clause) C.11 SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) C.12 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond March 31, 2016. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond March 31, 2016, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) C.13 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) C.14 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. (End of Clause) C.15 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) C.16 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of New York. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) C.17 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) FAR NumberTitleDate 52.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSAPR 2014 52.204-18COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCEJUL 2015 52.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 2013 (End of Addendum to 52.212-4) All quoters shall submit the following: a)A brief statement (no more than 1 page) that the contractor is capable of meeting the Specific Tasks listed in the SOW. b)Describe proposed plan for performance of services, including the methods used to handle emergency requirements necessary in the event of excessive ice and snow, and standard procedures employed by contractor personnel in performance of such services. c)Describe management practices relative to performance of the requirements contained in this solicitation. In particular, describe means of assuring timely removal for snow and ice, both established and new, from the onset of the contract period. Indicate means of maintaining adequate, trained ice and snow removal staff. Provide method for, means of scheduling ice and snow removal staff, and other factors to provide adequate, timely access/service for ice and snow removal. d) Offerors shall submit the following information as part of their technical proposal. (Offerors should send their listed private sector references a letter, authorizing the reference to provide past performance information to the Government). Each offeror will be evaluated on his/her performance under existing and prior contracts for similar services. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. Offerors shall submit the following: 1.A list of contracts completed during the past three (3) years and all contracts and subcontracts currently in process for ice and snow removal services. Contracts listed shall include those entered into by the Federal Government, agencies of state and local governments, and commercial customers. Include the following information for each contract: a.Name and address of contracting activity b.Name and telephone number of contract person c.Dates of contract performance d.Total contract value 2.The offeror may provide information on problems encountered on the contracts above and corrective actions taken to resolve those problems. Offerors should not provide general information on the identified contracts. General performance information will be obtained from the references. e) Pricing Schedule f) Contractor name, address, DUNS # All quotations shall be sent to the Contracting Officer via email to: richard.williams18@va.gov no later than November 18, 2015 at 11:00 AM EST. This is an open-market combined synopsis/solicitation for snow plowing and salting services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than November 18, 2015 at 11:00 AM EST at 1304 Buckley Rd, Suite C104, Syracuse, NY 13212-4311. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Quotes may be emailed to richard.williams18@va.gov. Faxed offers will not be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Richard Williams, at richard.williams18@va.gov. Point of Contact Richard Williams Contracting Officer Services Contracting Team Network Contract Office (NCO) 2 Office phone: (315) 425-4400 Ext 54065 Fax: 315-425-4883 Attachments: 1.Section B.4 Schedule of Fees/Costs and attached Pricing Schedule 2.Wage Determination 3.Albany VAMC Site Plan
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52816Q0033/listing.html)
- Document(s)
- Attachment
- File Name: VA528-16-Q-0033 VA528-16-Q-0033_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410423&FileName=VA528-16-Q-0033-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410423&FileName=VA528-16-Q-0033-000.docx
- File Name: VA528-16-Q-0033 Pricing schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410424&FileName=VA528-16-Q-0033-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410424&FileName=VA528-16-Q-0033-001.docx
- File Name: VA528-16-Q-0033 P07 Wage Determination 2005-2367 Revision 16 July 2015.txt (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410425&FileName=VA528-16-Q-0033-002.txt)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410425&FileName=VA528-16-Q-0033-002.txt
- File Name: VA528-16-Q-0033 Albany VAMC site plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410426&FileName=VA528-16-Q-0033-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410426&FileName=VA528-16-Q-0033-003.pdf
- File Name: VA528-16-Q-0033 ATTACHMENT D PAST PERFORMANCE SURVEY.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410427&FileName=VA528-16-Q-0033-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410427&FileName=VA528-16-Q-0033-004.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-16-Q-0033 VA528-16-Q-0033_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2410423&FileName=VA528-16-Q-0033-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Stratton Albany VA Medical Center;113 Holland Avenue;Albany New York
- Zip Code: 12208-3410
- Zip Code: 12208-3410
- Record
- SN03942009-W 20151111/151109234306-6a783efa8e3b7471f789ded6475e728a (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 |