Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2018 FBO #6050
DOCUMENT

S -- Cape Canaveral Solicitation of new contract for uniform rental and laundry for 20 field employees - Attachment

Notice Date
6/15/2018
 
Notice Type
Attachment
 
NAICS
812331 — Linen Supply
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618Q0418
 
Response Due
6/28/2018
 
Archive Date
7/28/2018
 
Point of Contact
Katherine E Iacovelli
 
E-Mail Address
8-7231<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION RENT AND CLEAN EMPLOYEE UNIFORMS AT CAPE CANAVERAL NATIONAL CEMETERY GENERAL INFORMATION Solicitation Number: 36C78618Q0418 Post Date: 06/18/2018 Response Date: 06/28/2018 at 12:00 pm Eastern Questions in writing only by noon on 6/25/2018 Applicable NAICS: 812331 Size Standard is $32.5 M. Classification Code: W Set Aside Type: Unrestricted Period of Performance: Date of Award through September 30, 2018 with (3) one-year options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Midwest District 75 Barrett Heights Rd, Ste 309 Stafford, VA 22556 Place of Performance: Cape Canaveral National Cemetery 5525 US-1 Mims, FL 32754, Tel: (321) 383-2638 Attachments: A. Wage Determination No.: 2015-4555 Rev. 5 Revised: 1/10/2018 B. SF1449 Description: This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. This is a solicitation issued as a request for quote (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The National Cemetery Administration (NCA) intends to award a Firm Fixed Price (FFP) Contract. Wage Determination No.: 2015-4555 Rev. 5; 1/10/2018 is incorporated into this RFQ. All questions shall be sent via E-mail to Katherine Iacovelli, Contract Officer at Katherine.Iacovelli@va.gov on or before June 25, 2018 by 12:00 pm EST. Telephone or faxed questions will not be accepted. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. A. CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: Business Name: Business Address: POC Name and title: E-mail address: Phone Number: DUNS: b. GOVERNMENT: Katherine Iacovelli, Contract Officer Department of Veterans Affairs National Cemetery Administration Contract Service 75 Barrett Heights Road, Suite 309 Stafford, VA 22556 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer Other Than System for Award Management (JUL 2013) (31 U.S.C. § 3332) 3. INVOICES: Invoices shall be submitted in arrears: Invoices shall be submitted electronically. Contractors shall not invoice for single orders of a shipment. Shipments will be invoiced for the complete shipment when completed and accepted by the Government. Required Contents of Invoice: If any information below is missing from an invoice, the invoice shall be subject to rejection and returned for revision. Contractor Information (Name, Complete Address, Telephone Number) Date of Invoice Unique Invoice Number Each invoice may be submitted only once. Purchase Order Number (Only one purchase order may be included on each invoice submitted) Cemetery Name Unit Cost Total Dollar Amount Invoiced Period of Performance 4. GOVERNMENT INVOICE ADDRESS: All invoices from the Contractor shall be sent electronically by following instruction as stated at website: http://www.fsc.va.gov/einvoice.asp. See VAAR clause 852.232-72 Electronic Submission of Payment Requests (NOV 2012). 5. ACKNOWLEDGEMENT OF AMENDMENTS (if applicable send in this page with quote submission): The Offeror acknowledges receipt of Amendments to the Combined Synopsis/Solicitation numbered and dated as follows: AMENDMENT NO DATE 6. MISSING PAGES: It is the responsibility of the Offeror to examine this Combined Synopsis/Solicitation to verify that he, or she, has received all pages. In addition, in compiling this package, some pages may have been duplicated. If the Offeror feels that pages are missing or duplicated, the Offeror is encouraged to contact the Contracting Officer at the E-mail address katherine.iacovelli@va.gov. Failure to submit ALL required documentation in accordance with the solicitation instructions at FAR Clause 52.212-1 and Addendum to FAR Clause 52.212-1 Addition Instructions shall result in your QUOTE being determined technically non-responsive and being removed from further consideration. SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 PRICE SCHEDULE OF SERVICES: Base Year: April 1, 2018 or Date of award through September 30, 2018 CLINNo. Description:Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 0001 Field Shirts and Pants: rental, cleaning, alterations, repairs (7 employees) {11 sets per employee} 5 per employee WK $________ $___________ 0002 Maintenance Plan (7 employees) 5 per employee WK $________ $___________ 0003 Delivery Service Charge 1 WK $________ $___________ 0004 New Employee set up (per shirt- name, company patch, prep. Chg. & prep. Chg. -per pair of pants) *Only when necessary or as needed* per employee EA $________ $___________ Total Estimated Cost: $___________ Option Year 2: October 1, 2019 through September 30, 2020 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 2001 Field Shirts and Pants: rental, cleaning, alterations, repairs (7 employees) {11 sets per employee} 7 WK $________ $___________ 2002 Maintenance Plan (7 employees) 154 WK $________ $___________ 2003 Delivery service charge 1 WK $________ $___________ 2004 New Employee set up or damaged items (per shirt-name, company patch, prep. Chg. & prep. Chg. -per pair of pants) *Only when necessary or as needed* Per employee EA $________ $___________ Total Estimated Cost: $___________ Option Year 3: October 1, 2020 through September 30, 2021 CLIN No. Description: Uniform Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 3001 Field Shirts and Pants: rental, cleaning, alterations, repairs (7 employees) {11 sets per employee} 7 WK $________ $___________ 3002 Maintenance Plan (7 employees) 154 WK $________ $___________ 3003 Delivery service charge 1 WK $________ $___________ 3004 New Employee set up or damaged items (per shirt-name, company patch, prep. Chg. & pre. Chg. -per pair of pants *Only when necessary or as needed* Per employee EA $________ $___________ Total Estimated Cost: $___________ Total Cost Base Year date of award thru 9/30/18: $_______________________ Option Year 1 10/1/18 9/30/19: $ ______________________ Option Year 2 10/1/19 9/30/20: $ ______________________ Option Year 3 - 10/1/20 9/30/21: $ ______________________ Grand Total (Base + all Option Years): $ ______________________ NOTE: Contract Line Items Numbers (CLINs) and Associated Price. Offerors shall enter unit cost and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. Offerors shall enter the Total Cost for each year in the Summary Totals where indicated. Offeror shall calculate the Grand Total for all years and enter where indicated. Offeror is to understand the quantities stated in the attachments are estimates for pricing purposes only. B.2 STATEMENT OF WORK/SPECIFICATION A. The Contractor shall provide all labor, supplies, materials, equipment, supervision and transportation to perform the rental, laundry, repair and weekly delivery of uniforms for approximately seven (7) personnel in the manner described below for the Cape Canaveral National Cemetery Staff 5525 US-1 Mims, FL 32754, Tel: (321) 383-2638 All service shall be performed in accordance with the guidelines established by Federal, State and local ordinances and these specifications. The awarded contract shall cover a base period, and three (3) option years that allows the Government to unilaterally extend the contract period for 12 months each. B. Services shall include garment delivery and pickup, cleaning, repairs and replacement due to normal wear and tear as necessary. Normal wear and tear is interpreted to mean any rips, tears, or noticeable damages to the garments that are encountered during normal duty activities, as well as a noticeable fading in the color of the uniform or mismatching. C. The Contractor shall be responsible for providing pants, and shirts for each employee. Shirt shall have name on one side and organization on the other of a polyester or cotton blend or a wicking type of material. Pants shall be cargo pants of a poly/cotton twill. All uniforms shall be freshly cleaned and repaired. Contractor shall provide each employee with 5 changes of uniforms per week and will replace items worn out at no charge. The Contractor shall provide name patch. D. Seven field cemetery employees shall receive 11 shirts and 11 pants delivered, therefore on a rotating basis five uniforms per employee are picked up by the contractor each Friday and replaced with five clean uniforms at that time. a. Field employees will specify whether they prefer short or long sleeve shirts. b. Field uniforms will consist of a pair of Tan cargo style work pants for all (7) employees and Light Denim Blue Colored Style Shirt for (6) employees and Medium Denim Blue Colored Style Shirt for (1) Foreman or at the discretion of the COR and Director. All uniforms must be made with a light breathable material. Polyester will not be accepted. c. All uniforms shall have a name tag (FIRST NAME or LAST NAME) above right pocket. Name tags shall be sewn-on patch with name in white sewn on the patch. Patch is then sewn onto the uniform. d. Contractor shall provide and affix the first name or last name of each employee to the right side of each shirt centered 1inch above the pocket; and provide and affix the approved cemetery patch (provided by the vendor) to the left side of each shirt centered 1 inch above the pocket; and provide and affix the United States Flag on the left arm on each shirt. Personnel and cemetery name can be attached to the uniform by sewing patches onto the uniform. The cemetery may provide examples of previous used patches, but it is the contractor's responsibility to complete this service. Patches shall measure 3 inches in diameter unless otherwise agreed to by the Cemetery Director. e. When delivered, all uniforms will be clean without stains or odors, and wrinkle free without signs of wear or tears. E. Uniforms shall be delivered and picked up on Friday of each week between the hours of 8:00 a.m. and 3:30 p.m. local time. Any deviation to this day, due to holidays, weather, etc. shall be agreed to with the Contracting Officer's Representative (COR) with at least 24 hours advanced notice prior to arriving at the cemetery to perform work. F. The unit price is all-inclusive and covers a complete set of uniforms for each employee at a per week cost per employee. The Contractor and COR will certify the invoices to verify the number of garment services, including any replacements. Invoices shall reference the appropriate purchase order number. NCA agrees to pay the contractor for the actual number of uniforms serviced. NCA will not pay for uniforms that have not been delivered, cleaned, laundered, or pressed. G. Number of employees that require uniforms may increase or decrease at any time. If additional employees are added due to new hires or summer help, the cost per employee shall remain the same. Any changes shall be authorized and approved only through written correspondence from the Contracting Officer. H. National Cemeteries are National shrines; Contractor personnel appearance and conduct shall be professional and unobtrusive at all times. Questions from cemetery visitors shall be politely referred or directed to cemetery personnel. I. All Contractor employees shall be dressed in proper attire, which includes sleeved shirt, long pants, and shoes. Tee shirts, tank tops and sandals are not acceptable. If caps are worn, they must be free of any questionable message or design. J. The Contractor agrees to leave all work areas free of debris and in the same condition as before the work commenced. K. The Contractor shall observe all traffic, parking, directional signs and regulations when using the cemetery roadways. Vehicles shall not be driven off the paved roadways onto non-paved areas without first securing permission from the COR. The Contractor shall ensure all motor vehicles used in this contract meet State inspection, safety, licensing, registration, and insurance requirements. (END OF WORK STATEMENT) C. CONTRACT PROVISIONS FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.va.gov/oal/library/vaar/index.asp and https://www.acquisition.gov/ (End of Clause) FAR Number Title Date 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS JAN 2008 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. D. CONTRACT CLAUSES The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): 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 Number Title Date 52.217-8 OPTION TO EXTEND SERVICES 5 days NOV 1999 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT 5 days, 10 days, 5.5 years MAR 2000 52.232-18 AVAILABILITY OF FUNDS the end of each FY, Sept 30 of each FY APR 1984 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.237-3 CONTINUITY OF SERVICES JAN 1991 52.242-15 STOP-WORK ORDER AUG 1989 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENTS REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (a)(4), (b)(22), (b)(25), (b)(33), (b)(42), (b)(49), (b)(55), (c)(2), (c)(3), (c)(8), (c)(9), (c)(12), (c)(14) and (c)(19). Addendum to 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Nov 2017) (c)(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 Tailor NA-7 $12.53 to $14.59 Dry Cleaner NA-5 $11.06 to $12.88 Presser, finisher NA-2 $9.05 to $10.56 E. EVALUATION PROCESS: Basis for Award: FAR 52.212-2 EVALUATION COMMERCIAL ITEMS The Government intends to award a firm fixed price contract resulting from this solicitation on a Lowest Priced Technically Acceptable (LPTA) basis. Offers will be evaluated on the non-price factor set forth below. Non-Price factor: technical Technical shall be demonstrated by bringing the cemetery samples of the cloth and clothing for their inspection and approval. This is to be done by 6/15/3/2018 and only during normal business hours. Please call (321) 383-2638 to schedule an appointment. A. Price. Quotations shall be evaluated, for award purposes, based upon the total price proposed. The sum of all the CLINs will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. F. ADDITIONAL INSTRUCTIONS Submission Information All quotes shall be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website at https://www.vendorportal.ecms.va.gov to be considered. Submission shall be received not later than 6/28/2018 at 12:00 pm Eastern Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Officer at Katherine.Iacovelli@va.gov All offerors shall submit the following: 1 copy of the signed 1449, and Sections A and B1. In the event an Offeror is unable to submit a quote through the Vendor Portal, prior to the quote closing date and time, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of quotes by email will not be accepted. Quote transmission/uploads must be completed by the date/time specified. Late or incomplete Quotes will not be considered. If Offerors are still unable to submit a quote through VA eCMS Vendor Portal, the Contracting Officer may elect to accept submission of an emailed version of the quote package as long as VA eCMS Vendor Portal registration requirements have been fulfilled and Offerors have contacted the VAAS helpdesk for assistance in their submission of a quote. A copy of the email correspondence with the VAAS helpdesk will be forwarded to the Contract Officer at katherine.iacovelli@va.gov as proof of email correspondence. If a phone conversation with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a quote prior to the closing date via Vendor Portal, the Offeror shall submit to the Contract Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a quote via the Portal. This document will be submitted together with the emailed version of the quote. In the event an Offeror has not requested quote submission assistance to the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit a quote via Vendor Portal, the Offeror will be considered non-responsive and the emailed version of the quote will not be accepted. This is an open-market combined synopsis/solicitation for 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 proposals 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." Point of Contact: Contract Officer, katherine.iacovelli@va.gov, Tel: 540-658-7231 G. ATTACHMENTS:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0418/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0418 36C78618Q0418.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4397625&FileName=36C78618Q0418-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4397625&FileName=36C78618Q0418-000.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: Cape Canaveral National Cemetery;5525 US-1;Mims, FL
Zip Code: 32754
 
Record
SN04956936-W 20180617/180615230817-d51735b82283f26fef4bc68639f15666 (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.