SOLICITATION NOTICE
R -- Security Guard Services for the Springfield, MA Community Based Outpatient Clinic
- Notice Date
- 1/2/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Veterans Affairs;VA CENTRAL WESTERN MASSACHUSETTS HCS;Acquisitions-90;421 North Main Street;Leeds MA 01053-9764
- ZIP Code
- 01053-9764
- Solicitation Number
- 36C24119Q0050
- Response Due
- 1/16/2019
- Archive Date
- 2/15/2019
- Point of Contact
- Gary.Chandler@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis Solicitation Central Western Massachusetts (CWM) VAMC Springfield Community Based Outpatient Clinic (CBOC) Security Services (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24119Q0050 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) This requirement is being issued as an open market, service-disabled veteran-owned small business set-aside. The associated NAICS code is 561612 Security Guards and Patrol Services and the small business size standard is $20.5 million. (v) The Government intends to award a firm-fixed price award for Security Services at the CWM VAMC Springfield CBOC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 CONTRACTOR SHALL PROVIDE SECURITY SERVICES AT THE SPRINGFIELD CBOC IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT. Contract Period: Base POP Begin: 02/01/19 POP End: 01/31/20 3000 HR __________________ __________________ 1001 CONTRACTOR SHALL PROVIDE SECURITY SERVICES AT THE SPRINGFIELD CBOC IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT. Contract Period: Option 1 POP Begin: 02/01/20 POP End: 01/31/21 3000 HR ________________ _________________ 2001 CONTRACTOR SHALL PROVIDE SECURITY SERVICES AT THE SPRINGFIELD CBOC IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT. Contract Period: Option 2 POP Begin: 02/01/21 POP End: 01/31/22 3000 HR ________________ _________________ 3001 CONTRACTOR SHALL PROVIDE SECURITY SERVICES AT THE SPRINGFIELD CBOC IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT. Contract Period: Option 3 POP Begin: 02/01/22 POP End: 01/31/23 3000 HR ________________ _________________ 4001 CONTRACTOR SHALL PROVIDE SECURITY SERVICES AT THE SPRINGFIELD CBOC IN ACCORDANCE WITH THE PERFORMANCE WORK STATEMENT. Contract Period: Option 4 POP Begin: 02/01/23 POP End: 01/31/24 3000 HR __________________ __________________ GRAND TOTAL __________________ (vi) The Contractor shall provide all resources necessary to provide security services in accordance with the attached Performance Work Statement. Please see the attached PWS for full requirement details. (vii) The Place of Performance is the VA CBOC, 25 Bond Street, Springfield, MA 01104-3401. (viii) Provision at 52.212-1, Instructions to Offerors Commercial Items ( OCT 2018 ), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.209-7 Information Regarding Responsibility Matters (OCT 2018); 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.233-2 Service of Protest (SEPT 2006);; 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018); 852.233-71 Alternate Protest Procedure (OCT 2018); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008); 852.270-1 Representatives of Contracting Officers (JAN 2008). (ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Gary.Chandler@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 6 days prior to the expiration date (xv) of this solicitation by 8:00 AM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission shall be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Contracting Officer will conduct a comparative evaluation of quotes in accordance with FAR 13.106-2 (b). The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete the above Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Ensure your representations and certifications are complete in the System for Award Management (SAM) (https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government shall evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the PWS in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet the requirements stated in the PWS. b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the PWS. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable), a description of their planned subcontracting effort and the subcontractor s experience to meet the requirements in the PWS. (x) A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) ; 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-13 System for Award Management Maintenance (OCT 2018); 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), CL-120 Supplemental Insurance Requirements; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016), 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). 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $ 37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.204-14, 52.209-6, 52.219-8,, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable (Springfield Massachusetts CBOC Hampden County WD 15-4095 (Rev.-9) was first posted on www.wdol.gov on 07/10/2018), 52.222-55, 52.222-62. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 01/16/2019 at 10:00 AM EST. RFQ responses must be submitted via email to: Gary.Chandler@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Gary Chandler (Gary.Chandler@va.gov). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JAN-2019); 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/NoVAMC/VAMCCO80220/36C24119Q0050/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;CBOC;25 Bond Street;Springfield, MA
- Zip Code: 01104
- Country: USA
- Zip Code: 01104
- Record
- SN05185440-F 20190104/190102230019 (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 |