Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2021 SAM #7085
SOLICITATION NOTICE

Z -- Copy of 667-21-2-502-0118 - Grounds Maintenance Contract SHREV

Notice Date
4/23/2021 9:26:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0732
 
Response Due
5/14/2021 8:00:00 AM
 
Archive Date
08/12/2021
 
Point of Contact
Michelle D Bocage, Contracting Supervisor, Phone: 504-412-3700 ext 8007
 
E-Mail Address
michelle.bocage@va.gov
(michelle.bocage@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C25621Q0732 Page 1 of Page 2 of 62 Page 1 of COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25619Q0349 Posted Date: 1/15/21 Response Date: 2/15/21 at 3:00P.M. Central Product or Service Code: Z1DZ Set Aside: Service-Disabled Veteran Owned Business NAICS Code: 561730 Contracting Office Address 1515 Poydras Street Suite 1100 New Orleans, LA 70112 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations(RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730, with a small business size standard of $15 million. The Overton Brooks VA Medical Center is seeking to purchase Grounds Maintenance Services. All interested companies shall provide a quotation for the following: 36C25621Q0732 Page 1 of Page 62 of 62 Page 1 of PERFORMANCE WORK STATEMENT PERFORMANCE WORK STATEMENT (PWS) For Grounds Maintenance Services At Overton Brooks VA Medical Center Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide Grounds Maintenance. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn is responsible to the Government. 1.1. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary for Grounds Maintenance as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. 1.2. Background: The Overton Brooks VA Medical Center (OBVAMC) is a 40+ acre facility at 510 E. Stoner Avenue, Shreveport, LA 71101 and has a requirement for a grounds contractor to maintain all shrubs, flower beds, trimming shrub/hedges when necessary, mulch beds, remove weeds, cut lawn as scheduled per the Medical Center, plant new seasonal bedding flowers, remove dead trees/shrubs/limbs/debris, fertilization of the lawn twice a year, pickup and dispose of fallen leaves, two pavement sanding after a freezing rain event, and debris pickup each day throughout the day. Lawn mowing will include all areas within the outer perimeter fencing, and along Stoner Avenue between the fence line and the street curbing. 1.3. Objectives: These daily (work week) services are intended to improve and maintain the overall visual impression of the OBVAMC. These professional services will groom the grass, hedges, scrubs, and trees as well as maintain the flower beds by planting seasonal annual plants, weeding, and mulching. The contractor will pick up trash around the facility including, but not limited to cigarette butts, food wrappers, cups, and plastic containers daily (week days) between 0600 and 1430 hours (8 hours each day). The contractor will pick up and dispose of fallen leaves. In the event the facility experiences a freezing rain event, the contractor will sand all pavement surface; prior to inclement weather. (contractor will be called out/on call for these times. Contract anticipates up to four sanding s per year. 1.4. Scope: 1.4.1. The contractor shall provide all labor and supervision required to maintain shrubs, flower beds, trimming shrub/hedges when necessary, mulch beds, remove weeds, seeding, cutting the lawn, edging the lawn, removing dead trees/shrubs/limbs/debris, fertilization of the lawn twice per year, removal of fallen leaves, and sanding the pavement areas twice per year after a freezing ice event. Lawn cutting, and edging will occur weekly for a total of 40 cuttings per year. Contractor will provide a schedule of the cuttings for approval by the facility. Hedge and shrub trimming will occur based on their natural growth habits. The Contractor will remove up to 20 dead trees per year as directed by the facility. Tree will be cut flush to grade, and stump grinding below grade is required. 1.4.2. Contractor and employees are responsible for the design and installation of all landscaping projects using Northwest Louisiana friendly landscaping and material as reviewed and approved by the Chief Engineer, who is the Contracting Officer s Representative (COR), or his appointed representative. Landscape designs require facility approval prior to planting. 1.4.3. Contractor is responsible for ordering and applying chemicals, fertilizer, grass seed, soil, mulch, and other landscaping supplies necessary for the daily landscaping needs of the facility. 1.4.4. The contractor and his staff are responsible for maintenance and operation of all grounds equipment including lawnmowers, weed eaters, front-end loaders, fork-lifts, bucket lifts, scissor lifts, chainsaws, irrigation equipment, and portable watering devices. All hand tools and equipment are provided by the contractor. 1.4.5. The contractor shall keep all roads, walkways, sidewalks, and parking lots clean of all debris. The contractor will provide one laborer to continuously monitor the facility and pick up debris from 0630 to 1500 hours daily during the work week. 1.4.6. The contractor will get instruction from the COR, or his designated representative daily. Daily duties may change within the scope of work, depending on the needs of the Medical Center. The entire crew will sign in at the Grounds Shop upon arrival on site and sign out prior to departing the site. 1.4.7. The contractor may be subject to all weather conditions, hot, cold, wet, etc., and work in a dirty dusty environment. 1.5. General Information 1.5.1. Quality Control: The Contractor shall develop and maintain an effective Quality Control Program to ensure services are performed in accordance with this PWS. The Quality Control Program (QCP) will be delivered to the COR within 14 calendar days of the contract award. After acceptance of the QCP, the contractor shall receive the contracting officer s acceptance in writing of any proposed change to his QC system. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. 1.5.2. Quality Assurance: The Government will inspect and evaluate the contractor s performance to ensure services are received in accordance with requirements set forth in this contract. The COR will be the individual primarily responsible for quality assurance. The COR may perform surveillance by direct observation, performing weekly or bi-weekly inspections, or investigating customer complaints. 1.5.3. Hours of Operation: The contractor is responsible for providing services, between the hours of 6:30 AM to 3:00 PM Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The contractor must always maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. This includes the presence of a worker on site daily (Work Week) picking up trash and debris. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.5.4. Place of Performance: The work to be performed under this contract will be performed at 510 E. Stoner Avenue, Shreveport, LA 71101 1.5.5. Security Requirements: Contractor personnel performing work under this contract must have a Non-PIV ID card prior to commencement of work under this contract. Renewal of PIV ID cards are to be performed annually. 1.5.5.1. Physical Security: The contractor shall be responsible for safeguarding all Government equipment, information and property provided for contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. 1.5.5.2. Key Control: The contractor shall establish and implement methods of making sure all keys/key cards issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the contractor by the Government shall be duplicated. The contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the COR. 1.5.5.2.1. In the event keys, other than master keys, are lost or duplicated, the contractor shall, upon notification of the COR, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the contractor. 1.5.5.2.2. The contractor shall prohibit the use of Government issued keys/key cards by any persons other than the contractor s employees. The contractor shall prohibit the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the COR. 1.5.5.3. The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor s Quality Control Plan. 1.5.6. Special Qualifications: The contractor shall possess, at a minimum, the following performance qualifications: 1.5.6.1. Maintain certification in Louisiana landscaping by a regionally accredited organization. 1.5.6.2. Possess technical staff qualified by professional education and technical experience to perform the work required by this Performance Work Statement. 1.5.6.3. Ensure that the contractor and all employees working on-site must provide certificates for OSHA Certified 10-hour construction safety course. The Contractor s on-site supervisor must provide OSHA Certified 10-hour construction safety course. 1.5.6.4. Maintain certification required to apply herbicides, as necessary. 1.5.6.5. These previous items are the minimum certifications required to be documented to the COR prior to the start of work at the facility. 1.5.6.6. Active Member National Association of Landscape Professionals and Louisiana Nursery and Landscape Association. 1.5.6.7. Contractor must provide a copy of Landscape Horticultors License. 1.5.6.8. Contractor must provide a copy Louisiana Department of Agriculture and Forestry ground applicator certificates. 1.5.6.9. Contractor must provide a copy Current Louisiana Department of Agriculture and Forestry Commercial Pesticide Applicators License 1.5.6.10. Contractor must provide three (3) examples of projects with similar size and scope. 1.5.6.10. Contractor must provide a detailed work schedule for growing season as well as off season. 1.5.7. Post Award Conference/Periodic Progress Meetings: The contractor shall attend any post award conference convened by the Contracting Officer in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the Contracting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.5.8 Key Personnel: The contractor shall provide a Project Manager/ Superintendent who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the COR. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available all day on each day the contractor is on site 1.5.9 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.5.10 Contractor Travel: Not Applicable 1.5.11 Organizational Conflict of Interest: Contractor and sub-contractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The contractor s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.5.12 PHASE IN /PHASE OUT PERIOD: Not Applicable PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will provide coordination between the contractor and the facility to make sure patient care is not impacted by the performance of this contract. 3.2 Facilities: The Government will provide a staging area for the contractor to operate during their days on site. 3.3 Utilities: The Government will provide all utilities available at the facility. The contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4 Equipment: Not Applicable. 3.5 Materials: Not Applicable. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Facility Clearance: The Contractor shall possess and maintain a facility clearance from the Security Service. The Contractor s employees, performing work in support of this contract shall have been granted a security clearance and received a Non-PIV badge from the VA Police. 4.3. Materials: The Contractor shall furnish all chemicals, fertilizer, grass seed, soil, mulch, and other landscaping supplies necessary for the daily landscaping needs of the facility. The Contractor will also supply all materials for three plantings of Annuals at the entrance circle each year. Timing of the three plantings will be coordinated with the facility. 4.4. Equipment: The contractor shall maintain all equipment provided by the Government. All hand tools will be provided by the contractor. The contractor will be liable for any equipment damage beyond normal use, to the limit of replacement due to the damage. Minimum equipment listing: Three 60-inch commercial grade mowers Side by side utility vehicle Commercial grade walk behind blowers and vacs Commercial grade trimmers/edger s/chainsaws/backpack blowers Four commercial grade push mowers PART 5 SPECIFIC TASKS 5. SPECIFIC TASKS: 5.1 Lawn Maintenance Each Visit: 5.1.1 Contractor shall mow all grass areas to a height of 3 inches around buildings and a height of 4 inches on the open grounds. 5.1.2 Contractor shall VERTICAL edge all lawn and pavement intersections such as curbs, sidewalks; and pavement with typical blade edger or line trimmers. The contractor shall vertical edge all lawn and rock/mulch bed intersections. The contractor shall also vertical edge around valve boxes etc. present in the turf. Horizontal edging with line trimmers will not be accepted. 5.1.3 Contractor shall line trim along or around as applicable all items within lawn areas such as but not limited to chain link fence, chain link gates, signage posts, street lights, buildings, trees, sprinkler heads, bollards, rock beds perimeter, and mulch beds perimeter. Contractor will remove vegetation from the chain link fence. 5.1.4 Blowing of grass clippings from streets, curbs and sidewalks will be allowed; however, the clippings shall be picked-up and removed and not blown back into mowed lawn areas. 5.1.5 Contractor shall remove trash and any other debris on grass prior to mowing. Remove trash and other debris from flower, shrub and rock/mulch beds and from potted plants/trees. The contractor will remove cigarette butts from the lawn areas, rock beds, shrub beds, sidewalks, parking lots, etc. Contractor will empty cigarette butt canisters daily as part of their daily litter/ debris clean-up. Site will be left in a clean manner, with the contractor providing a laborer to continuously monitor and collect trash from the site and pull all outside trashcans and dispose and replace liners daily. 5.1.6 Contractor shall hand pull weeds in flower, shrub, tree, rock/mulch beds and potted plants/trees. Contractor shall hand pull or line trim weeds in concrete and asphaltic paving areas and cracks. The use of weed killer is not allowed, nor will it be applied in bedded areas. Herbicide will be applied to the fitness trail as needed, with a minimum application of once every three months. 5.2 Intermittent Lawn Maintenance: 5.2.1 Contractor shall prune all trees, hedges, shrubs, bushes, and other cultivated plants according to their natural growth habit for proper health and attractive appearance, and to prevent interference with pedestrian and vehicular traffic. Shrubs that are clearly outside of the normal growth pattern shall be pruned regardless of flowering stage. 5.2.2 Contractor shall make regular inspections and remove diseased, broken, and dead branches as needed. The contractor shall immediately notify the COR if disease is running rampant in the lawn (grass), trees, plants, shrubs, etc., and will also notify the COR of evidence of ants or other pests. The contractor shall notify the COR if large amounts of weeds become noticeable in the grass. The Government is responsible for treating the grass for weeds, for treating the shrubs, trees, plants, etc., for disease, and for entomology issues. 5.2.3 The contractor shall avoid pruning shrubs during the flowering stage or thirty days prior to the onset of normal cold winter weather conditions, unless clearly outside the normal growth pattern. 5.2.4 Shrub and hedge pruning shall be maintained on a regular basis according to the Projected Annual Maintenance Schedule prepared by the contractor. The personnel used on this operation shall be trained to take care not to damage the FboNotice systems or plants. 5.2.5 Contractor shall trim hedge shrubs and remove clippings as needed throughout the year. 5.2.6 Contractor shall remove all clippings from the work site and dispose of properly. 5.2.7 Contractor shall remove as required all tree, hedge, shrub and bush FboNotices that grow and appear above grade, after determination by the contractor that removal will not damage the applicable cultivated plant. If removal will damage/kill/alter the health of the cultivated plant, contractor shall propose and implement an alternative for the FboNotice removal, such as filling, re-grading, and re-sodding. 5.2.8 Annuals will be planted three times a year based on a design prepared by the contractor and approved by the facility. 5.2.9. Contractor shall notify the COR of any dead or diseased trees. The contractor shall remove these trees to ground level. Trunk (below grade) and FboNotice removal is not required. Removal of up to 20 trees annually is included within the contract. Cost to remove any trees beyond the 20 trees will be negotiated between the Contracting Officer and the contractor. 5.3 Rock and Mulch Beds. Any existing deleterious mulch or rock type bed fill displaced into pavement or sidewalk areas from rain, foot traffic, or other shall be placed back into beds ON EACH VISIT. 5.4 Restoration: Ruts in lawn areas created by the contractor (e.g. by lawn mowers, vehicles, etc.) shall be repaired, filled, and SODDED to match existing as required. (Seeding will not be accepted). Any other site or building damage because of contractor operations shall be restored to match existing condition at the Contractor s expense. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 YR __________________ __________________ The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary for Grounds Maintenance as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. Contract Period: Base POP Begin: 05-14-2021 POP End: 05-13-2022 1001 1.00 YR __________________ __________________ The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary for Grounds Maintenance as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. Contract Period: Option 1 POP Begin: 05-014-2022 POP End: 05-13-2023 2001 1.00 YR __________________ __________________ The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary for Grounds Maintenance as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. Contract Period: Option 2 POP Begin: 05-14-2023 POP End: 05-13-2024 3001 1.00 YR __________________ __________________ The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary for Grounds Maintenance as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. Contract Period: Option 3 POP Begin: 05-14-2024 POP End: 05-13-2025 4001 1.00 YR __________________ __________________ The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary for Grounds Maintenance as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. Contract Period: Option 4 POP Begin: 03-08-2025 POP End: 03-07-2026 GRAND TOTAL __________________ Services The period of performance is base year 03/2021 02/2022 with four one-year options. Place of Performance Address: 510 E. Stoner Avenue, Shreveport, LA Postal Code: 71101 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value for the government based on Price, Technical capability/approach, and past performance. The government will evaluate information based on the following evaluation criteria: Price, Technical capability/approach, Past Performance.  *the Government intends on sending the lowest price quote to technical evaluation. After the solicitation closing time and date. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018 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 201852.217-5, Evaluation of Options JUL 1990 52.233-2, Service of Protest SEPT 2006 852.209-70, Organizational Conflicts of Interest JAN 2008 852.233-70, Protest Content/Alternative Dispute Resolution OCT 2018 852.233-71, Alternate Protest Procedure OCT 2018 852.270-1, Representatives of Contracting Officers JAN 2008 852.273-74, Award Without Exchanges JAN 2003 *Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders OCT 2018 52.203-16, Preventing Personal Conflicts of Interest DEC 2011 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 52.232-19, Availability of Funds for the Next Fiscal Year APR 1984 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DEC 2013 852.203-70, Commercial Advertising MAY 2008 852.237-70, Contractor Responsibilities APR 1984 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) (41 U.S.C. 4704 and 10 U.S.C. 2402). (4) 52.204 10, Reporting Executive Com...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a58157f502642de9b87a7cd8e6de47d/view)
 
Place of Performance
Address: Overton Brooks Medical Center 510 E. Stoner Ave, Shreveport 71101
Zip Code: 71101
 
Record
SN05981742-F 20210425/210423230111 (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.