Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 21, 2018 FBO #6207
SOLICITATION NOTICE

S -- JANITORIAL SERVICES FOR FORT BLISS NATIONAL CEMETERY

Notice Date
11/19/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACT SERVICES;75 BARRETT HEIGHTS RD. SUITE 309;STAFFORD, VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618Q9703
 
Response Due
12/14/2018
 
Archive Date
1/28/2019
 
Point of Contact
KENNETH DOUGHERTY
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of Page 9 of 9 Page 1 of RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q9703 Post Date: 11/16/2018 Original Response Date: 12/14/2018 at 4:00 pm Applicable NAICS: 561720 Classification Code: S208 Set Aside Type: 100% Service Disabled Veteran Owned Small Business Period of Performance: Date of Award through September 30, 2019 plus, four, one-year option periods, if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Fort Bliss National Cemetery 5200 Fred Wilson Avenue El Paso, TX 79906 Attachments: A Performance Work Statement B Past Performance Questionnaire C List of References D Wage Determination Number 2015-5299 Rev. 6 8/6/2018 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78618Q9703. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 (26 Oct 2018). This is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) The applicable North American Industrial Classification System (NAICS) code for this procurement is 561720, with a business size standard of $18 million. 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. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Requirements Contract. Scope: The contractor shall be responsible for janitorial services for Fort Bliss National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete janitorial services to maintain the Fort Bliss National Cemetery located at 5200 Fred Wilson Avenue, El Paso, Texas 79906 following National Cemetery Administration standards. Contract period will consist of a base period from February 1, 2019 (or date of contract award), through September 30, 2019, with up to four (4) one-year options to extend the term of the contract through September 30, 2023. Work shall include but not be limited to protection of facilities, structures, vehicles, and personnel. Work Location is Fort Bliss National Cemetery. Hours of operation are Mon thru Fri, 8:00 a.m. thru 4:30p.m., excluding Federal holidays and weekends without internments or activities. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price 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. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only. The guaranteed minimum award for this contract is $500.00. The maximum aggregate value of orders that can be placed under this contract is $165,000.00. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount. Period of Performance: Date of award through September 30, 2019, plus four, one-year option periods, if exercised. Estimated beginning of period of performance: January 1, 2019. SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 PRICE SCHEDULE OF SERVICES: BLOCK 19 AND BLOCK 20 Base Period: February 1, 2019 or Date of award, thru September 30, 2019 CLIN Description WASTE REMOVAL SERVICES Est. Qty Unit Unit Price Est. Total Price 0001 General Waste, deliver and pick-up of one (1) 40 yard, roll off container 37 WK $ _________ $ ______________ Grand Total Estimated Price For Base Period: $ _______________ Option Period 1: October 1, 2019 thru September 30, 2020 CLIN Description WASTE REMOVAL SERVICES Est. Qty Unit Unit Price Est. Total Price 1001 General Waste, deliver and pick-up of one (1) 40 yard, roll off container 52 WK $ ______________ Grand Total Estimated Price For Option Period One (1): $ _______________ Option Period 2: October 1, 2020 thru September 30, 2021 CLIN Description Est. Qty Unit Unit Price Est. Total Price WASTE REMOVAL SERVICES 2001 General Waste, deliver and pick-up of one (1) 40 yard, roll off container 52 WK $ _________ $ ______________ Grand Total Estimated Price For Option Period Two (2): $ _______________ Option Period 3: October 1, 2021 thru September 30, 2022 CLIN Description WASTE REMOVAL SERVICES Est. Qty Unit Unit Price Est. Total Price 3001 General Waste, deliver and pick-up of one (1) 40 yard, roll off container 52 WK $ ______________ Grand Total Estimated Price For Option Period Three (3): $ _______________ Option Period 4: October 1, 2022 thru September 30, 2023 CLIN Description WASTE REMOVAL SERVICES Est. Qty Unit Unit Price Est. Total Price 4001 General Waste, deliver and pick-up of one (1) 40 yard, roll off container 52 WK $ _________ $ ______________ Grand Total Estimated Price For Option Period Four (4): $ _______________ B.2 SUMMARY TOTALS Est. Total Base Period date of award thru 9/30/19 $ _________________________ Option Period 1 10/1/19 9/30/20 $ _________________________ Option Period 2 10/1/20 9/30/21 $ _________________________ Option Period 3 - 10/1/21 9/30/22 $ _________________________ Option Period 4 - 10/1/22 9/30/23 $ _________________________ Grand Total (Base + all Option Periods): $ _________________________ Services to be Provided: See Attachment A Performance Work Statement Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on 12/14/2018. Responses to this announcement will result in a Firm-Fixed Price Requirements Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (3) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone. Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation -Past Performance Questionnaire (Attachment B) -List of References (Attachment C) Proposals shall be submitted via email or via mail to the following addresses: Email: Kenneth.dougherty@va.gov Mail: 75 Barrett Heights Road Suite 309 Stafford, VA 22556 For proposals mailed, proposals shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration. Questions pertaining to this announcement shall be sent by email to: kenneth.dougherty@va.gov. Telephone inquiries will not be accepted. Evaluation Process: The Government intends to award a firm fixed price, Requirements contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate offers: Pricing: The sum of all the CLINs, to include options, will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability Demonstrated experience performing this requirement Demonstrated qualifications to perform services Use of Sub-Contractors Past Performance SDVOSB Status verification in CVE Proposal Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing. -Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment B) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: kenneth.dougherty@va.gov no later than three days after the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment C) to the contracting officer. The completed list of references shall be included with the offeror s proposal submission. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Aug 2018) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2018) VAAR 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. 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): FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | 3 | 3 | 15 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-19 Availability of Funds for the Next Fiscal Period (Apr 1984) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(8), (b)(22), (b)(25), (b)(27), (b)(28)(i), (b)(29)(i), (b)(30), (b)(31), (b)(33)(i), (b)(42), (b)(47)(i), (b)(49), (b)(55), (c)(1), (c)(2), (c)(3), (c)(8), and (c)(9). (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 Truck Driver, Light WG 6-1 $19.98 + $4.48 Truck Driver, Medium WG 7-1 $21.73 + $4.48 Truck Driver, Heavy WG 8-1 $23.39 + $4.48 End of Addenda End of Document See attached document: ATTACHMENT A PERFORMANCE WORK STATEMENT. See attached document: ATTACHMENT B PAST PERFORMANCE QUESTIONNAIRE. See attached document: ATTACHMENT C LIST OF REFERENCES. See attached document: ATTACHMENT D - WAGE DETERMINATION. End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9703/listing.html)
 
Place of Performance
Address: FORT BLISS NATIONAL CEMETERY;5200 FRED WILSON AVENUE;EL PASO, TX
Zip Code: 79906
Country: USA
 
Record
SN05155364-F 20181121/181119230039 (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.