Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
DOCUMENT

S -- Reconditioning Of Floors (Sani-Glaze) - Attachment

Notice Date
4/13/2018
 
Notice Type
Attachment
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q0414
 
Response Due
4/27/2018
 
Archive Date
5/7/2018
 
Point of Contact
Charnell Cunningham
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION DOCUMENT DESTRUCTION (SHREDDING) AT THE HUDSON VALLEY VA MEDICAL CENTER, MONTROSE AND CASTLEPOINT CAMPUSES (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C24218Q0414 is issued as a request for quote (RFQ) and will be submitted on through fedbizopps.gov. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as 100% Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 238330, Flooring Contractors, with a small business size standard of $15 million. (v) The Contractor shall provide pricing for Reconditioning Floors (Sani-glaze). See table below. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 SANIGLAZE RESTROOM FLOORING. CLEAN, SANITIZE AND PREP FLOORS (BROOKLYN; 6,873 SQ.FT.); FOLLOWED BY THE SANIGLAZE RESTORATION PROCESS THAT WILL PROTECT THE TILE AND GROUT FROM CONTAMINATION. SANIGLAZE IS A TRADEMARK PRODUCT AND CAN ONLY BE USED/APPLIED BY AN AUTHORIZED SANIGLAZE PROVIDER. 6,503 SF 0002 SANIGLAZE TERRAZZO FLOORING RESTORATION; ENTIRE FIRST FLOOR CARPETED LOBBY FLOORING. REMOVE AND DISPOSE OF ALL EXISTING CARPET TILE;CLEAN, SANITIZE AND PREP FLOOR AT THE BROOKLYN CAMPUS OF 370 SQ.FT., FOLLOWED BY THE SANIGLAZE RESTORATION PROCESS THAT WILL PROTECT THE TILE AND GROUT FROM CONTAMINATION. SANIGLAZEIS A TRADEMARK PRODUCT AND CAN ONLY BE USED/APPLIED BY AN AUTHORIZED SANIGLAZE PROVIDER. 370 SF GRAND TOTAL (vi) Description of requirement (See attached Statement of Work to include Wage Determination) (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: Department of Veterans Affairs New York Harbor Healthcare Brooklyn campus 800 Poly Place Brooklyn, NY 11209 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24218Q0414 Point of Contact, Company name, address, telephone and email address Technical description of services to be performed in accordance with the Statement of Work One redacted technical quote and one unredacted technical quote Price Past Performance History/References Acknowledgement of any solicitation amendments A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offeror that fails to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.209-5 Certification Regarding Responsibility Matters (OCT 2015) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition. 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: Technical: The offeror shall describe it technical solution to performing the statement of work. The offeror shall provide details of specific methods, techniques, and solutions for completing the requirement, including areas such as technical approach, technical expertise (including experience and qualifications), and overall benefit to the Government. Past Performance: The offeror shall provide detail on no more than 3 projects of similar size, scope, and complexity as required by this SOW, including technical points of contact for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. The Government may contact sources of past performance and may obtain past performance from other sources such as Government databases. Price: Will be determined as fair and reasonable per FAR part 13.106-3. NOTE: Offerors are cautions that the award may not be made to the lowest price offer. (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. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. *All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.229-3 Federal, State, and Local Taxes (FEB 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015) (xiii) The Service Contract Act of 1965 does not apply to this procurement. (xiv) N/A (xv) This is a 100% Small Business Set-Aside open-market combined synopsis/solicitation for Reconditioning Floors (SaniGlaze) at the Department of Veteran Affairs, New York Harbor Healthcare System, Brooklyn campus. The government intends to award a firm fixed price 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:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 10:00 AM EST, Friday, April 27, 2018. The government shall only accept electronic submissions via email, please send all quotations to Charnell.Cunningham@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.) (xvi) Direct your questions to Charnell Cunningham, Contracting Specialist, Charnell.Cunningham@va.gov. The last day to submit questions is 4:00 PM EST, Friday, April 20, 2018. List of Attachments:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q0414/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q0414 36C24218Q0414.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4226043&FileName=36C24218Q0414-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4226043&FileName=36C24218Q0414-000.docx

 
File Name: 36C24218Q0414 P01 SOW - SaniGlaze Project 2017 - Training Requirement Brooklyn.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4226044&FileName=36C24218Q0414-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4226044&FileName=36C24218Q0414-001.docx

 
File Name: 36C24218Q0414 Bronx-NY-BK WD 1-10-18.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4226045&FileName=36C24218Q0414-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4226045&FileName=36C24218Q0414-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;New York Harbor Healthcare System;Brooklyn campus;800 Poly Place;Brooklyn, NY
Zip Code: 11209
 
Record
SN04889135-W 20180415/180413230750-4ecd49d7792c6797e16e3f491b75d1e0 (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.