Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

S -- SERVICE: JANITORIAL SERVICE - OCALA WEST SPECIALTY CLINIC BASE YEAR POP: 10-01-2018 - 09-30-2019 BASE + FOUR (4) OPTION YEARS - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
36C24818Q9419
 
Response Due
8/15/2018
 
Archive Date
10/14/2018
 
Point of Contact
Brian Werner
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 13 of 13 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24818Q9419 Posted Date: 07-11-2018 Original Response Date: 08-15-2018 Current Response Date: 08-15-2018 Product or Service Code: S201 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 561720 Contracting Office Address Network Contracting Office 8, 300 E. University Ave, Ste 180, Gainesville, FL 32601 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 2005-98. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, with a small business size standard of $18 million. The North Florida/South Georgia Contracting Office is seeking to purchase janitorial services. All interested companies shall provide quotations for the following: Services: Line Item Description Quantity Unit Price Total Price CLIN0001 Base year: Janitorial Service 10-01-2018 09-30-2019 12 months CLIN0002 Option year 1: Janitorial Service 10-01-2019 09-30-2020 12 months CLIN0003 Option year 2: Janitorial Service 10-01-2020 09-30-2021 12 months CLIN0004 Option year 3: Janitorial Service 10-01-2021 09-30-2022 12 months CLIN0005 Option year 4: Janitorial Service 10-01-2022 09-30-2023 12 months Grand Total: STATEMENT OF WORK Janitorial Services, Ocala Specialty Clinic, 3307 SW 26th Avenue, Ocala, Florida 34471 Period of Performance: October 1, 2018 September 30, 2019 base year + four (4) one-year option periods through 2023. SCOPE OF WORK: The contractor shall furnish all supplies, materials, equipment, appliances, labor and supervision necessary to provide janitorial service at the above location for the North Florida/South Georgia (NF/SG) Veterans Healthcare System as outlined herein. The facility consists of approximately 5,263 square feet of occupied space. The contractor shall perform the work as outlined, including daily, weekly, monthly, and semi-annual requirements. In performance of this contract, the contractor shall take such all necessary precautions to protect the safety and health of occupants in the building. The contractor shall immediately report and take appropriate steps to correct any fire and/or safety deficiencies caused by the contractor s personnel. If the contractor fails or refuses to correct deficiencies promptly, the Contracting Officer may issue an order to stop all or any part of the work, and hold the contractor in default of the contract. The contractor shall comply with applicable federal, state, and local safety and fire regulations and codes. The contractor shall keep informed and comply with any changes to regulations and codes applicable to the contract. All materials and equipment used for performance of the contract will be removed from the facility and stored properly at the end of the workday and secured during the workday. Type of Contract: VA will award a firm-fixed price contract. PERSONNEL POLICY: The contractor shall assume full responsibility for its employees, the employees will not be considered VA-employees for any purpose. The contractor is responsible for providing all benefits to include worker s compensation, liability insurance, health examinations, and income tax withholding and social security payments. The payment for any leave, including sick leave, vacation, or holiday time, is the responsibility of the contractor. Additional information can be found below in Contractor s Requirements. Hours of Operation: Contractor shall provide proposed work schedule to the Contracting Officer s Representative (COR) within ten (10) calendar days from receipt of award. The Ocala Specialty Clinic s regular clinic working hours are Monday through Friday from 8:00 AM to 4:30 PM. The Government may allow the Contractor to perform Janitorial Services between 10:00 a.m. to 6:00 p.m. Some cleaning work requirements (floor stripping and waxing) shall be performed after normal business hours as per approved work schedule. National holidays: The ten holidays observed by Federal Government are: New Year s Day January 1 Martin Luther King Day Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 When one of the above designated legal holidays falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a legal holiday falls on a Saturday, the preceding Friday shall be observed as a holiday by U.S. Government agencies. CONTRACTOR S REQUIREMENTS: The contractor shall provide evidence of providing similar medical-grade janitorial services with their quote submittal. The contractor shall show proof of current Workman's Compensation insurance and liability insurance policies in sufficient amounts for the size of the company and scope of this contract.   The contractor shall be licensed to provide this service in the State of Florida.  Upon award, the contractor shall provide to the Contracting Officer s Representative a current list of the names, addresses, Social Security Number, and the date and place of birth, of all employees who will perform work under this contract.   Changes in the employment list shall be provided to the Contracting Officer s Representative prior to an employee performing service at the VA Clinic. Any changes to the employment list are to be submitted to the Contracting Officer s Representative. The contractor shall make available, upon request by the Contracting Officer or Contracting Officer s Representative, documentation for each employee who performs work under this contract to establish that they are authorized to work in the United States.  All employees shall be bonded under the Contractor's company name.   No employee shall be allowed at the VA clinic until the documentation has been provided and the employee has been approved by the COR.   The Contracting Officer reserves the right to request changes to the employee list.   The following criteria also apply: The contractor shall maintain the required documents: health certificate, certificate of good conduct from the Police Department, educational documents, evaluation methods and qualifications standards on all contract employees as established. Contractor shall comply with all applicable federal, state, local and industry safety and health standards and regulations. The contractor shall provide to the Contracting Officer and/or COR any necessary documentation pertaining to contract employees as requested. Felony Convictions: Have no felony convictions and no convictions that reflect on the individual's reliability. Age: All Contractors employees performing work under this contract shall be a minimum of eighteen (18) years of age or as required by local laws. All employees shall be literate in English to the extent of reading and understanding printed regulations, detailed written orders, training instructions and material, and shall be able to compose reports that convey complete information. Contractor shall provide backup contract employee during the absence (annual leave or sick leave) of any of the employees assigned to work under this contract. Backup employees shall comply with the contract regulations and specifications. No employee changes shall be issued without the authorization of the COR. Contractor shall regularly update this list. Contractor-furnished Training: Contractor shall submit to the COR, written certification that each contract employee has been trained in the subject areas herein prior to assignment under this contract for replacement or new employees; documentation of prior training, or the individual contract employee shall complete the required training before being employed in support of this contract. The Contractor shall maintain the required documents. CONDUCT OF CONTRACTOR S EMPLOYEES: The contractor shall prohibit his employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephone or office equipment provided for official Government use. The contractor shall require his employees to comply with the instructions, pertaining to conduct and building regulations, issues by duly appointed officials, such as the COR, guards, inspectors. The contractor shall provide protective equipment and attire to personnel and require employees to use it while the performance of their duties as necessary. In special cleaning and/or isolation situations, contractor personnel may be required to wear special personnel protective clothing and shoe covers supplied by the medical facility. All other safety or protective clothing or equipment shall be provided and maintained by the contractor at the contractor s own expense. The contractor shall comply with all agency regulations, federal regulations, and local regulations, OSHA, EPA, EQB, CDC and JC Standards. The contractor shall maintain satisfactory standards of employee competency, conduct, appearance, and integrity, and for taking such disciplinary action against his/her employees as may be necessary. Appearance: The Government requires a favorable image and considers it to be a major asset of a customer service team, and the employee's attitude, courtesy, and job knowledge are influential in creating a favorable image. Neglect of duties: shall not be condoned; This includes sleeping on duty, unreasonable delays or failures to carry out assigned tasks, conducting personal affairs during duty hours, and refusing to render assistance or cooperate in upholding the integrity of the work site security. Disorderly conduct: use of abusive or offensive language, quarreling, intimidation by words, actions, or fighting shall not be condoned; also included is participation in disruptive activities which interfere with normal and efficient Government operations. Intoxicants: The Contractor shall not allow any employee (while on duty) to possess, sell, consume, or be under the influence of intoxicants, drugs, or substances that produce similar effects. Criminal actions: Contractor s employees may be subject to criminal actions as allowed by law in certain circumstances and these include, but are not limited to, the following: Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records or concealment of material facts by willful omission from official documents or records. Unauthorized use of Government property, theft, vandalism, or immoral conduct. Unethical or improper use of official authority or credentials. The Government reserves the right to direct the contractor to remove any employee from the work site for failure to comply with the standards of conduct. The contractor shall initiate immediate action to replace such an employee to maintain continuity of services at no additional cost to the Government. The contractor personnel shall take safety precautions as necessary to protect the lives and health of occupants of the building while in the performance of this contract. SECURITY CLEARANCE: The contractor shall submit to the COR the following: Certificate of Good Conduct from the Police Department and, Statement of Personal History, Employee Health Certificate from the Department of Health of all employees who have access to the building in performance of the contract work at least five working days prior to the starting date of contract. Contractor employees shall have a physical examination prior to work on this contract and annually thereafter. The contractor shall assure that the each contracted employee meets the requirements as it relates to physical examinations: PPD skin testing, Hepatitis B, prophylaxis s or declination of option signed and on file, other preventive health screening/testing as required by OSHA(Occupational Safety and Health Administration, JC, Joint Commission on Accreditation of Healthcare Organizations and other screening agencies. Contractor shall comply with all applicable Federal, State, local and industry safety and health standards and regulations These forms shall be submitted for replacement employees before entrance on duty. If the Contracting Officer receives an unsuitable report on any employee after processing of these forms, or if the COR finds a prospective employee to be unsuitable or unfit for his assigned duties, the Contractor will be advised immediately that such employee cannot continue to work or be assigned to work under the contract. Building Security: The Government will provide the contractor with keys to allow access to rooms required in the provisions of this contract except to restricted areas. Access to restricted areas shall be provided as per established schedules. The contractor shall comply with agency regulations on key issuance procedures. Contractor s personnel shall not lend keys or open locked rooms or areas to permit entrance by persons other than contractor s personnel performing assigned duties. PERSONNEL: The Contractor shall consider the clinical environment and instruct his/her employees on applicable safety precautions and special requirements. These requirements may include, but are not limited to, such conditions as cleaning of human excretions, blood, vomit, etc., from both floors and walls. The contractor shall maintain acceptable sanitation standards in accordance with standard commercial practice. Daily handling of known infectious materials, knowledge of aseptic techniques as related to working in this type of environment or any careless handling of this type of material could be a source of infection for patients and personnel. UNIFORM: Contractor s employees shall wear a uniform that clearly displays the company s name. Contractor s employees shall wear a visible picture ID with their name in bold print. CONTRACTOR FURNISHED PROPERTY AND SUPPLIES: Unless otherwise indicated or specified, the Contractor shall furnish at their own expense all labor, materials, supplies, equipment, and appliances that may be necessary or appropriate in the performance of this contract. This includes furnishing restroom supplies such as toilet tissue, multifold paper towels, and Medicated Vestal hand soap. The Contractor shall also furnish plastic linings for all receptacles that are to be changed daily. NOTE: The COR has the authority to approve all supplies for use and Safety Data Sheet (SDS) sheets are required to be given to the COR upon request. Soap dispensers shall not be of the refillable type, where topping off of a dispenser reservoir is done from a larger bulk container. Soap dispensers will be of the design that refills come in disposable bags.   Soap should be an antimicrobial soap of the same type currently used in the NF/SG hospitals since it has been vetted by Infection Control and has proven user acceptance.   Variations in product selection should be approved by Infection Control at the Gainesville or Lake City facility. Literature on the medicated vestal hand soap used at this facility and throughout the clinics will be provided upon request. All accumulated trash shall be removed and disposed of in the dumpster provided by the Veterans Administration. Contractor shall be responsible for ensuring all equipment, tools, and supplies used meet the necessary safety requirements and employees have full working knowledge of their use. BASIC CLEANING SERVICES The Contractor shall perform the following tasks as described below: Exam Rooms: An EPA registered germicide will be used to clean all patient areas, floors, examination tables, and medical equipment.   Primary Care Exam Rooms:   During the hours of 10:00 AM to 6:00 PM Monday through Friday, all primary care exam room floors shall be wet mopped using a germicide before patients are seen.   Wipe down all exam tables with a clean cloth dampened with germicide.   Clean and disinfect sinks and countertops, clean and refill soap dispensers, and clean mirrors.   Wipe down walls up to 7 with a germicide on a weekly basis. Floors: On a daily basis, all floors in common areas, hallways, entryways, dining room, break room(s), group room, exam room, nurse s station, library, and recreation room, shall be vacuumed, swept, dust mopped, damp mopped, or wet mopped as appropriate to ensure they are free of dirt, debris, dust, scuff marks, heel marks, stains, discoloration, or other foreign matter. The Contractor shall use a micro-fiber mop on the vinyl hardwood plank floors. Baseboards, corners, and wall/floor edges shall also be clean. Offices and residential rooms shall be vacuumed, swept, dust mopped, or damp mopped as appropriate to ensure they are free of dirt, debris, dust, scuff marks, heel marks, stains, discoloration, or other foreign matter on a weekly basis. Chairs, trash receptacles, and other moveable items shall be moved to maintain floors underneath these items. All moved items shall be returned to their original and proper position All outside entryways to the building shall be swept and kept clear of dirt/debris, and maintain a clean appearance. Remove Trash: Daily basis, all trash containers throughout the facility shall be emptied and returned to their original locations. Boxes, cans, paper placed near a trash receptacle and marked TRASH shall be removed. All trash containers, waste baskets, etc. shall be fitted with a biodegradable disposable plastic liner. All plastic liners for trash receptacles of any sort shall be replaced with new ones when receptacle is emptied. The trash shall be deposited in the nearest outside trash collection container as directed by the COR. Trash receptacles shall be left clean, free of foreign matter, and free of odors. The Contractor shall provide red plastic bag liners for Bio-hazard trash cans. Bio-hazard trash shall be placed in the soiled utility room or designated area for scheduled pick-up. The Contractor shall change out sharps containers in exam room, medication room, or any other designated area when 2/3 full and place sharps container(s) in soiled utility room for scheduled pick-up. Clean Interior Glass/Mirrors: On a weekly basis, clean all interior glass, including glass in doors, partitions, walls, display cases, directory boards, etc. After glass cleaning, there shall be no traces of film, dirt, smudges, water, or other foreign matter. Spot cleaning may also be required for incidental situations as requested by the COR or Administrative Officer. Break Rooms: Clean and disinfect all sinks and polished metal surfaces, including the orifices and drain, as well as exterior surfaces of cabinets, refrigerators and clean the ice machine daily. Sinks shall be free of streaks, stains, spots, smudges, scale, and other obvious soil. Wipe out inside of microwaves. Carpets: Spot clean or shampoo dirty carpets over any area that is 2 square feet or less. All spots shall be removed by carpet manufacturer s approved methods as soon as noticed. Entire carpets will be shampooed twice a year, at a time to be determined by the COR. All tears, burns, and raveling shall be brought to the COR s attention. General Spot Cleaning: Perform spot cleaning daily or as requested by AO or COR. Spot cleaning includes, but is not limited to removing, or cleaning smudges, fingerprints, marks, streaks, spills, etc., from washable surfaces of all walls, partitions, vents, grillwork, doors, door guards, door handles, push bars, kick plates, light switches, temperature controls, and fixtures. After spot cleaning, the surface shall have a clean, uniform appearance, free of streaks, spots, and other evidence of soil. General Dusting: All horizontal surfaces shall be dusted or cleaned to eliminate dust collection on a weekly basis. All vertical surfaces shall also be kept free from the accumulation of dust. Employees are responsible for dusting their own desk and computers. All other spaces are the responsibility of the contractor. Shared spaces shall be cleaned by the contractor weekly, i.e., nurses station. Exterior Windows Semi-Annually: Window screens shall be removed, and cleaned on a semi-annual basis. After window has been cleaned, exterior frames, casings, sills, and glass shall be free of all traces of film, dirt, smudges, water and other foreign matter. Air-Conditioning/Heating Vents: All heating and air conditioning ventilation grates/grilles/louvers/covers shall be kept free from dust and dirt and shall be cleaned monthly or as needed. Fluorescent Light Fixture Diffusers: All plastic diffusing lenses for ceiling mounted fluorescent light fixtures shall be cleaned quarterly (on both sides of diffuser) and be free of dust, dirt, and dead insects. Sanitizing: Completely clean and disinfect all tables and chair arms where patients are seen daily, in conference rooms, etc. Completely clean, disinfect, and polish all surfaces of showers, sinks, toilet bowls, urinals, lavatories, dispensers, plumbing fixtures, partitions, dispensers, doors, walls, and other such surfaces, using a germicidal detergent. After cleaning, receptacles will be free of deposits, dirt, streaks, and odors. Disinfect all surfaces of partitions, stalls, stall doors, entry doors, (including handles, kick plates, ventilation grates, metal guards, etc.), and wall areas adjacent to wall mounted lavatories, urinals, and toilets. De-scale Toilet Bowls and Urinals: De-scaling shall be performed monthly as a minimum and as often as needed to keep areas free of scale, soap films, and other deposits. After de-scaling, surfaces shall be free from streaks, stains, scale, scum, urine deposits, and rust stains. Bathrooms: Daily basis the shower doors, walls, tiles, mirrors, urinals, toilets, and sinks shall be cleaned and free from dirt, mold, mildew, scum, streaks, films, and stains, using a germicidal detergent and disinfectant. Shower drains shall be cleaned and free from hair and other debris. Grout on wall and floor tiles shall be free of dirt, scum, mildew, residue, etc. Shower fixtures shall be cleaned and polished in bathroom floors shall be mopped daily. Floors with vinyl composite tiles shall be stripped, scrubbed, waxed on a quarterly basis. Contractor shall mop using only clean water and appropriate cleaning agents and shall dispose of soiled water after each cleaning Stock/Supplies: Contractor shall ensure examination rooms/restrooms are stocked sufficiently so that supplies including soap for the soap dispensers, paper towels, and toilet paper are not depleted. Supplies shall be stored in designated areas and shall be kept up off the floor. If supplies run out prior to the next service date, contractor shall refill within 24 hours of notification. PERIODIC CLEANING SERVICES Hard Surface Floor Maintenance: Stripping and refinishing of all VCT flooring will be performed twice per year approximately six months apart. A minimum of 4 coats of wax will be applied. In between the semi-annual stripping and refinishing process, all VCTs will be scrubbed and recoated to maintain a standard uniform glossy appearance. This process is typically less labor intensive (about half the time that of the stripping process) and should be scheduled quarterly or as required by the COR. A non-skid wax is required. A uniform glossy appearance is free of scuffmarks, heel marks, wax build-up, and other stains and discoloration. Clean/Shampoo Carpets twice a year: All carpeted areas shall be cleaned as often as necessary to maintain a uniform appearance free from stains or discoloration, but no less than twice per year via extraction or bonneting of surface stains. SERVICE DELIVERY SUMMARY: 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 Objective Performance Threshold Basic Cleaning Services. All floors, baseboards, corners and wall edges are free of dirt, dust and debris. Trash is empty; liners are replaced each time trash containers are emptied. Trash containers are free of odors and visible dirt. Trash is emptied into outdoor trash collection container. Glass and mirrors have no traces of film, dirt, smudges, or water. Break room areas are disinfected and free of streaks, stains, spots, smudges, scale and other deposits. Carpets are free of dirt, debris, litter and other foreign matter. Dust is not visible. Not to exceed 3 customer complaints per month. Basic Restroom Cleaning Services. Restrooms/showers are disinfected and free of dirt, deposits, streaks and odors. Toilets and urinals are disinfected and free of scale, stains, scum and other deposits. Floors are free of litter, dirt, dust and debris. Supplies are adequate until next service. Not to exceed 3 customer complaints per month Periodic Cleaning Services. Floors have a glossy uniform appearance free of scuffmarks, heel marks, wax build-up, and other stains and discoloration. Windows are free of film, dirt, smudges, water, and other foreign matter. Carpets are free of stains and discoloration. Residential rooms damp mopped. Not to exceed 3 customer complaints per month GOVERNMENT FURNISHED PROPERTY AND SERVICES. NONE ALL EQUIPMENT, MATERIAL AND SUPPLIES SHALL BE FURNISHED BY THE CONTRACTOR. GENERAL INFORMATION Quality Control: The contractor shall develop and maintain a quality control program to ensure custodial services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas identified in the Performance Objective. Quality Assurance: The government will periodically evaluate the contractor s performance in accordance with the Quality Assurance Surveillance Plan. In the performance of the contract, the Contractor shall take such safety precautions as necessary to protect the lives and health of occupants of the building. The Contractor shall immediately bring to the attention of the COR any fire and safety deficiencies. The Contractor shall comply with applicable Federal, State and Local safety and fire regulations and codes. The Contractor shall keep abreast of and comply with changes in these regulations and codes applicable to the contract. An Environmental Protection Agency (EPA) registered neutral germicide such as 3M Neutral Quat Disinfectant Cleaner or equal will be used to clean all patient areas. Security Requirements: The contractor's employees shall wear visible identification at all times while on the premises. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the Healthcare for Homeless Veteran s Supervisor or from the COR. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside the clinic building. Possession of weapons is prohibited. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Therefore, none of the employees shall have a police record for anything more than traffic or parking violations. All employees are subject to and shall have background investigations before working in the Clinic and are subject to removal based on findings. Completion of these actions shall be documented in a written report to the COR at the date of award and each time a new employee is hired. There shall be a Contractor Supervisor on duty at all times when contract employees are in the building. The COR has the right to have a Contractor s employee removed from the area, if complaints are being received about their work or conduct. At this VA facility, narcotics will be secured behind a double locked system, therefore personal integrity of the contractor s staff is of the utmost importance. Damage: Extreme caution shall be exercised to prevent damage to the building and its contents. Any damage must be reported to the COR immediately for appropriate action. Any damage caused by the contractor will be repaired and or replaced to the satisfaction of the VA at the contractor s expense. Damage to the building, its contents or loss of Government property, in excess of $100,000 will require a Report of Survey or Investigative Report by VA Personnel. Appropriate Government personnel will conduct the investigation. The responsible party will be required to replace and/or submit payment for damage or loss. Confidentiality: Contractor, all personnel employed by Contractor, and any other individuals enlisted by Contractor to meet the requirements of this SOW, shall not disclose any information regarding the patients treated at the VA sites. All clinical records, including names of patients, Social Security numbers, and all medical, administrative, or demographic information that pertains to the patients treated at the site is strictly confidential. This information is protected under federal regulations. All information and records that pertain to the employees of the VA siteis also confidential and is protected under law. Contractor and any individuals employed or enlisted by Contractor, may be required to sign Confidentiality Statement as a condition of being allowed to work at the VA site. Place of Performance Address: 3307 SW 26th Avenue, Ocala, FL Postal Code: 34471 Country: UNITED STATES Award shall be made to the offeror whose quotation offers the best value to the government. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable.     Evaluation Criteria: A firm-fixed price contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offer. The following factors will be considered in the evaluation of quotes received under this solicitation. To be considered technically acceptable, the quote must include all items as described in Factors 1 & 2, and in the requirements of the solicitation. FACTOR 1: TECHNICAL & MANAGEMENT APPROACH- The Offeror's quote shall disclose the technical ability in as much detail as possible, including, but not limited to, the requirements in this section of the RFQ. The technical ability should be specific, detailed and complete enough to clearly and fully demonstrate that the offeror thoroughly understands the intent of the Statement of Work (SOW). Stating that, the offeror understands and shall comply with the SOW, or paraphrasing the SOW, or parts thereof, is considered inadequate. a. Provide information on your company s ability to perform the services as described in the SOW. b. Submit a copy of liability insurance. c. Provide certification and/or licenses required to perform the services. d. If a subcontractor is utilized, include with your quote a letter identifying a full understanding of the following clauses, to include percentages for the prime contractor and any anticipated subcontractor(s): FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside FACTOR 2: TOTAL EVALUATED PRICE - All pricing will be evaluated on a total price basis. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items - January 2017 FAR 52.212-3, Offerors Representations and Certifications Commercial Items January 2017 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 January 2017 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders November 2017 The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.219-27, Notice of Service-Disabled Veteran-Owned 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 (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) All offers shall be sent to the North Florida/South Georgia Contracting Office 8 via email to Brian Werner, brian.werner1@va.gov, Contract Specialist. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a purchase order 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:" Offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 16:00 EST on 15 August 2018 at brian.werner1@va.gov, to Brian Werner, Contract Specialist, NF/SG Contracting Office, 300 E. University Ave, Ste 180, Gainesville, FL 32601. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mail, mail, or hand-delivery is acceptable, faxed offers will not be considered. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Brian Werner, brian.werner1@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/36C24818Q9419/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24818Q9419 36C24818Q9419.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472188&FileName=36C24818Q9419-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472188&FileName=36C24818Q9419-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04987768-W 20180713/180711231333-5d2f6cce3bf4f49ddbf02bd5d4284461 (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  © 1994-2020, Loren Data Corp.