Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

S -- Floor Maintenance for Central Alabama Veterans Healt Care System for Montgomery and Tuskegee Campsues

Notice Date
2/27/2020 12:51:48 PM
 
Notice Type
Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q0218
 
Response Due
3/9/2020 8:59:59 PM
 
Archive Date
03/24/2020
 
Point of Contact
Margaret J. YeatonContract Specialist334-725-3944 x5405
 
E-Mail Address
Margaret.Yeaton@va.gov
(Margaret.Yeaton@va.gov)
 
Awardee
null
 
Description
Floor Maintenance for Montgomery and Tuskegee, AL Central Alabama Veterans Health Care System If not included with this synopsis, the solicitation should be will posted within 24 hours of this notice. Per FAR 5.203(1) a shorter period for issuance of the solicitation will apply for this acquisition of commercial items. The proposed contract action is floor maintenance service for a base and 4 option years services for which the Government intends to solicit and negotiate. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All quotes must be received by the date indicated in the solicitation and synopsis . A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. NAICS code is 561720 Janitorial Services with a size standard is $19.5 million. Potential vendors are to complete the attached RFQ document and submit an itemized quote as well as submit sufficient supporting documentation as required. This supporting documentation will be used to determine if the quoted items meet the requirements of the solicitation. Information about current or previous vendors providing this/these or similar services such as; Contract Information, Vendor Name, Contract Number, Pricing, etc. WILL NOT be provided to potential bidders. RFQ Response Requirements and Information 1) Only one award will be made to one vendor that can provide all items/services at the LOWEST PRICE TECHNICALLY ACCEPTABLE. 2) All RFQ responses must include all associated fees such as; Shipping, Delivery, Administration and delivery if required. See Statement of Work and other attachments for more detail if included. 3) A site visit will be conducted on Mar 26, 2020 starting at 09:00 a.m. in Montgomery and 1:00 p.m. CT at Tuskegee. Locations shown on SF 1449, Block 20. Please contact Ms. Yeaton if you plan to attend. All questions must be address in writing to Margaret.yeaton@va.gov no later than Feb 28, 10:00 a.m CT 4) RFQ Response are due no later than date and time indicated in the synopsis and the solicitation. Telephone calls will not be accepted. All RFQ Responses are to be sent electronically to Margaret.yeaton@va.gov INSTRUCTIONS FOR COMPLETING RFQ / SF 1449 a. Please acknowledge whether your firm s socio- economic status -- SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDV0SB) in block 17a on the first page of the SF1449/Solicitation. To Qualify as a SDVOSB and VOSB, the firm must be listed on the Veteran Information pages. (https://www.vip.vetbiz.va.gov ) b. Information about current or previous vendors providing this/these or similar services such as; Contract Information, Vendor Name, Contract Number, Pricing, etc. WILL NOT be provided to potential bidding vendors c. Review the solicitation to include the Statement of Work, specifications, and/or any other Attachments, (if applicable), for DETAILED INFORMATION. d. Per the solicitation, your firm should complete the solicitation documents and email completed document back to this office to Margaret.yeaton@va.gov by due date indicated to be considered for award. Any questions must be submitted in writing no later than Feb 28, 2020 10:00 a.m. CT. e. Vendor needs to complete and return the following documents: (1) SF 1449 Block 12 Discount terms (if applicable) Section 17a Vendor Information to include phone and DUNS numbers. (Disregard code or facility code blocks) Section 26 -� Do not complete Complete Price/Cost Schedule Section B. Section 30a-c Vendor name, signature and date (2) Acknowledge any amendments issued: Complete each amendment, SF 30, or complete the acknowledgement of amendments block in the solicitation. (3) Technical Capability: Offeror needs to demonstrate has the necessary technical capability (experience/past performance, to meet the technical capability contract requirements by providing the below listed information and provides and an acceptable sustainable acquisition plan. : 1) Provide information to demonstrate successful past performance for previous contracts of the same or similar in scope and size. Provide the following information for three (3) previous contracts within the past 5 years: Contract Number, Name of Facility, address, performance period(s) and Point of contact and telephone number, type of floors maintained, the square footage of the floors, services performed and any other pertinent information. 2) As per VAAR 852.223-70 Instructions to Offerors- Sustainable Acquisition Plan. Offerors shall provide a Sustainable Acquisition Plan. The plan must describe the approach and quality assurance mechanisms for applying FAR subpart 23.1, Sustainable Acquisition Policy and other Federal laws, regulations and Executive Orders governing sustainable acquisition. The plan shall clearly identify those products and services included in the proposal in particular the use of bio-based products for floor maintenance. (4) Complete and return Section B. (Cost/Price Schedule). Prices must include all associated fees such as; Shipping, Delivery, Administration and delivery if required. See Statement of Work and other attachments for more detail if included.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b9cb5f9293ee44f289b1e8e5dafa2cd6/view)
 
Record
SN05574301-F 20200229/200227230139 (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  © 1994-2020, Loren Data Corp.