Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
DOCUMENT

J -- Toro Grounds Equipment Maintenance and Repair Service Contract - Attachment

Notice Date
9/13/2018
 
Notice Type
Attachment
 
NAICS
811411 — Home and Garden Equipment Repair and Maintenance
 
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
36C24218U0116
 
Response Due
9/21/2018
 
Archive Date
10/21/2018
 
Point of Contact
Jarrod Bowsky
 
E-Mail Address
Jarrod.Bowsky@va.gov
(Jarrod.Bowsky@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Page 2 of 3 Page 2 of 3 COMBINED SYNOPSIS/SOLICITATION PREVENTATIVE MAINTENANCE AND REPAIR SERVICE OF LAWN CARE AND SNOW REMOVAL EQUIPMENT AT THE NEW JERSEY HEALTHCARE SYSTEM (NJHS), LYONS CAMPUS (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 13.5- Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written pre-solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218U0116. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. (iv) This procurement is being issued as a Small Business Set-Aside and applies to all items in this solicitation. The North American Industry Classification System (NAICS) code is 811411 - Home and Garden Equipment Repair and Maintenance, with a small business size standard of $7.5 Million. (v) Contractor shall complete attached Price/Cost schedule as a qualifying response. (vi) Description of requirement (See attached Performance Work Statement). The contractor shall provide all parts and labor identified in the Performance Work Statement. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: New Jersey Healthcare System (NJHS), Lyons Campus Facilities Maintenance Service 151 Knollcroft Road Lyons New Jersey 07939-5001 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) Technical Capability: Provide a technical capability statement demonstrating how all requirements of the scope of work will be met. This must address past experience in conducting Preventative Maintenance and Repair Service of Lawn Care and Snow Removal Equipment on at least 5 sites within the past 3 years. Please provide a maximum 5-page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, the contractors Past Performance shall also be reviewed in CPARs. Contractors with no past performance will be rated as neutral. (3) Price, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. (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: 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-6 Notice of Total Small Business Set-Aside. 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-3 Continuity of Services (JAN 1991) 852.203-70 Commercial Advertising (JAN 2008) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 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. 52.222-3 Convict Labor (June 2003) 52.222-17 Nondisplacement of Qualified Workers (MAY 2014) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price (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) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (JUL 2013) (xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation. (xiv) N/A (xv) This is an open-market Total Small Business Set-Aside combined synopsis/solicitation for Preventative Maintenance and Repair Service of Lawn Care and Snow Removal Equipment at New Jersey Healthcare System (NJHS), Lyons Campus.    The government intends to award a Firm Fixed Price (FFP) 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). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received not later than Friday, September 21, 2018, 4:30 PM EST. The government shall only accept electronic submissions via email, please send all quotations to Jarrod Bowsky at Jarrod.Bowsky@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Request for Information (RFI) will not be accepted after Monday, September 17, 2018 @ 4:30pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jarrod Bowsky, Contracting Officer, 914 737-4400 x2058, Jarrod.Bowsky@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218U0116/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218U0116 36C24218U0116.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590070&FileName=36C24218U0116-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590070&FileName=36C24218U0116-000.docx

 
File Name: 36C24218U0116 New Jersey Lyons Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590071&FileName=36C24218U0116-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590071&FileName=36C24218U0116-001.pdf

 
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: New Jersey Healthcare System;Lyons Campus;Facility Maintenance Service;115 Knollcroft Road;New Jersey
Zip Code: 07939-5001
 
Record
SN05088566-W 20180915/180913231601-5aeb8ab52168493fcece71a1c4f58dcd (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.