Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

S -- Project Based Cleaning

Notice Date
1/24/2020 11:50:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0242
 
Response Due
2/7/2020 8:59:59 PM
 
Archive Date
02/17/2020
 
Point of Contact
Charnell CunninghamContract SpecialistJosie TuittContract Specialist
 
E-Mail Address
Charnell.Cunningham@va.gov
(Charnell.Cunningham@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 8 of 8 COMBINED SYNOPSIS/SOLICITATION PROJECT BASED CLEANING AT THE NEW YORK HARBOR HEALTHCARE SYSTEM, MANHATTAN, BROOKLYN AND ST. ALBANS CAMPUSES (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 - Simplified Acquisition Procedures , 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. (ii) The solicitation number 36C24220Q0242 is issued as a request for quote (RFQ) and will be submitted on through https://beta.sam.gov/. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as 100% Service Disable Veterans Owned Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 561720, All Other Support Services with a small business size standard of $19.5 million. (v) The Contractor shall provide pricing for Project Based Cleaning. See table below. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Project Based Cleaning: Operating Room. Approx: 19,000 sq ft. Period of Performance: March 1, 2020 September 30, 2020 1.00 JB 0002 Project Based Cleaning: Mobile SPS. Approx: 2,000 sq ft Period of Performance: March 1, 2020 September 30, 2020 1.00 JB 0003 Project Based Cleaning: Pharmacy USP 800 Areas. Approx: 1,400 sq ft Period of Performance: March 1, 2020 September 30, 2020 1.00 JB 0004 Project Based Cleaning: Pharmacy USP 797 Areas. Approx: 2,000 sq ft Period of Performance: March 1, 2020 September 30, 2020 1.00 JB ____________ __________ 0005 Project Based Cleaning: Interventional Radiology Approx: 5,000 sq ft Period of Performance: March 1, 2020 September 30, 2020 1.00 JB ____________ _________ 0006 Project Based Cleaning: GI. Approx: 9,000 sq ft Period of Performance: March 1, 2020 September 30, 2020 1.00 JB ____________ _________ 1001 Project Based Cleaning: Operating Room. Approx: 19,000 sq ft. Period of Performance: October 1, 2020 September 30, 2021 1.00 JB 1002 Project Based Cleaning: Mobile SPS. Approx: 2,000 sq ft Period of Performance: October 1, 2020 September 30, 2021 1.00 JB 1003 Project Based Cleaning: Pharmacy USP 800 Areas. Approx: 1,400 sq ft Period of Performance: October 1, 2020 September 30, 2021 1.00 JB 1004 Project Based Cleaning: Pharmacy USP 797 Areas. Approx: 2,000 sq ft Period of Performance: October 1, 2020 September 30, 2021 1.00 JB ____________ __________ 1005 Project Based Cleaning: Interventional Radiology Approx: 5,000 sq ft Period of Performance: October 1, 2020 September 30, 2021 1.00 JB ____________ _________ 1006 Project Based Cleaning: GI. Approx: 9,000 sq ft Period of Performance: October 1, 2020 September 30, 2021 1.00 JB ____________ _________ 2001 Project Based Cleaning: Operating Room. Approx: 19,000 sq ft. Period of Performance: October 1, 2021 September 30, 2022 1.00 JB 2002 Project Based Cleaning: Mobile SPS. Approx: 2,000 sq ft Period of Performance: October 1, 2021 September 30, 2022 1.00 JB 2003 Project Based Cleaning: Pharmacy USP 800 Areas. Approx: 1,400 sq ft Period of Performance: October 1, 2021 September 30, 2022 1.00 JB 2004 Project Based Cleaning: Pharmacy USP 797 Areas. Approx: 2,000 sq ft Period of Performance: October 1, 2021 September 30, 2022 1.00 JB ____________ __________ 2005 Project Based Cleaning: Interventional Radiology Approx: 5,000 sq ft Period of Performance: October 1, 2021 September 30, 2022 1.00 JB ____________ _________ 2006 Project Based Cleaning: GI. Approx: 9,000 sq ft Period of Performance: October 1, 2021 September 30, 2022 1.00 JB ____________ _________ 3001 Project Based Cleaning: Operating Room. Approx: 19,000 sq ft. Period of Performance: October 1, 2022 September 30, 2023 1.00 JB 3002 Project Based Cleaning: Mobile SPS. Approx: 2,000 sq ft Period of Performance: October 1, 2022 September 30, 2023 1.00 JB 3003 Project Based Cleaning: Pharmacy USP 800 Areas. Approx: 1,400 sq ft Period of Performance: October 1, 2022 September 30, 2023 1.00 JB 3004 Project Based Cleaning: Pharmacy USP 797 Areas. Approx: 2,000 sq ft Period of Performance: October 1, 2022 September 30, 2023 1.00 JB ____________ __________ 3005 Project Based Cleaning: Interventional Radiology Approx: 5,000 sq ft Period of Performance: October 1, 2022 September 30, 2023 1.00 JB ____________ _________ 3006 Project Based Cleaning: GI. Approx: 9,000 sq ft Period of Performance: October 1, 2022 September 30, 2023 1.00 JB ____________ _________ 4001 Project Based Cleaning: Operating Room. Approx: 19,000 sq ft. Period of Performance: October 1, 2023 September 30, 2024 1.00 JB 4002 Project Based Cleaning: Mobile SPS. Approx: 2,000 sq ft Period of Performance: October 1, 2023 September 30, 2024 1.00 JB 4003 Project Based Cleaning: Pharmacy USP 800 Areas. Approx: 1,400 sq ft Period of Performance: October 1, 2023 September 30, 2024 1.00 JB 4004 Project Based Cleaning: Pharmacy USP 797 Areas. Approx: 2,000 sq ft Period of Performance: October 1, 2023 September 30, 2024 1.00 JB ____________ __________ 4005 Project Based Cleaning: Interventional Radiology Approx: 5,000 sq ft Period of Performance: October 1, 2023 September 30, 2024 1.00 JB ____________ _________ 4006 Project Based Cleaning: GI. Approx: 9,000 sq ft Period of Performance: October 1, 2023 September 30, 2024 1.00 JB ____________ _________ GRAND TOTAL (vi) Description of requirement SEE ATTACHED STATEMENT OF WORK (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24220Q0242 Point of Contact, Company name, address, telephone and email address Technical description of services to be performed in accordance with the Statement of Work Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offeror that fails to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-22 Alternatives Line Item Proposal (JAN 2017) 52.209-5 Certification Regarding Responsibility Matters (OCT 2015) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by References (JAN 2008) 852.270-1 Representatives of Contracting Offices (Jan 2008) (ix) The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical: The offeror shall describe in its technical solution how it plans to meet the requirement in the statement of work. The offeror shall provide details of specific methods, techniques, and solutions for completing the requirement, including areas such as technical approach, technical expertise (including experience and qualifications), and overall benefit to the Government. Offeror shall describe the plan of action for different healthcare settings: Inpatient and Outpatient wings Operating Room + Sterile Processing Areas MRI Areas Public Areas Public Restrooms General Office Areas. Floor Care Experience VCT, Terrazzo, etc. No wax. Response availability Past Performance: A review of the offeror s past performance will assess whether the Contractor has the ability to successfully accomplish the elements outlined in the statement of work.� The offeror is required to provide 3-4 references which will be evaluated based on the relevancy of the information, the source of the information, and general trends in the Contractor s performance. The offeror past performance shall be similar in size, scope, and complexity as required by this SOW, include technical point of contacts for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. The Government may contact sources of past performance and may obtain past performance from other sources such as Government databases. Price: Offeror shall provide a detail breakdown of the hourly rates for employees and minimum number of employees to complete the cleaning. Will be determined as fair and reasonable per FAR part 13.106-3. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). NOTE: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, 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). (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/SAM/). 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) 52.229-3 Federal, State, and Local Taxes (FEB 2013) 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) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside (JUL 2019) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) (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. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204 14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-8 Utilization of Small Business Concerns (Oct 2018) 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) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.222-54 Employment Eligibility Verification (OCT 2015). 52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does not apply to this procurement. (xiv) N/A (xv) This is a 100% Service Disable Veterans Owned Small Business Set Aside open-market combined synopsis/solicitation to Project Based Cleaning at the Department of Veteran Affairs, New York Harbor Healthcare System, Manhattan, Brooklyn and St. Albans campuses. The government intends to award a firm fixed price 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) Submission shall be received not later than 10:00 AM EST, Friday, February 7, 2020. The government shall only accept electronic submissions via email, please send all quotations to Josie.Tuitt@va.gov and Charnell.Cunningham@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.) (xvi) Direct your questions to Charnell Cunningham, Contract Specialist, Charnell.Cunningham@va.gov and Josie Tuitt, Contract Specialist at Josie.Tuitt@va.gov. The last day to submit questions is 4:00 PM EST, Friday, January 31, 2020. PLEASE NOTE: A site visit has been scheduled for January 29, 2020. Interest parties must contact the Charnell Cunningham by email for further information. List of Attachments: See attached document: Bronx-NY-BK WD 12-26-18 02.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9a57393a7a8744a7b67c8a4ff9c9d954/view)
 
Place of Performance
Address: Department of Veterans Affairs;New York Harbor Healthcare System;Manhattan, Brooklyn and St. Albans campuses
 
Record
SN05543049-F 20200126/200124230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.