Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2021 SAM #7144
SOLICITATION NOTICE

V -- Hotel/Lodging Services for Wilkes Barre VA Medical Center

Notice Date
6/21/2021 2:14:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0728
 
Response Due
6/25/2021 11:00:00 AM
 
Archive Date
08/24/2021
 
Point of Contact
Maureen Jordan, Contracting Officer, Phone: 215-823-5800x206855
 
E-Mail Address
Maureen.Jordan@va.gov
(Maureen.Jordan@va.gov)
 
Awardee
null
 
Description
Solicitation Number / RFQ 36C24421Q0728 Lodging Services for Wilkes-Barre Veterans Affairs Medical Center (WBVAMC) located in Wilkes-Barre, Pennsylvania This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, using Simplified Acquisition Procedures found at FAR Subpart 13.5 and 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. The combined synopsis solicitation number is 36C24421Q0728. It is issued as a Request for Quote (RFQ). The government anticipates awarding one firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05 (03/10/2021) and can be found at http://www.acquisition.gov/far/index.html. The North American Industrial Classification System (NAICS) code for this procurement is 721110 with a small business size standard of $32.5 Million. This solicitation is unrestricted. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at www.sam.gov. Confirmation of SAM registration will be validated prior to awarding a contract. The WBVAMC, located at 1111 East End Blvd, Wilkes-Barre, PA 18711-0030 is seeking to award a single award with a base year of one year with four, one year option periods for lodging services to be used by the Residents/Fellows of the VAMC affiliated graduate medical program. The Contractor agrees to provide one room that includes all amenities the hotel offers including free parking during the entire period of performance. The contractor must be capable of meeting all requirements in the Statement of Work. The WBVAMC intends to award one contract for a base period of one year, to begin July 1, 2021 through June 30, 2022. The contract will also include four, one-year option periods as stated above. A complete description of the services to be acquired, and/or applicable Government need(s) are as follows: See Attachment A: Statement of Work Contracting Office Address: Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) 100 S. Independence Mall West 5th Floor Philadelphia, PA 19106 Contracting Officer: Maureen Jordan/Maureen.Jordan@va.gov POC Information: Wilkes Barre VA Medical Center (CMCVAMC) 1111 East End Blvd Wilkes-Barre, PA 18711-0030 Quotes in response to this RFQ are due on Friday, June 25, 2021 at 2:00PM (EST). They shall be submitted in writing and sent via email to Maureen.Jordan@va.gov. Please include Solicitation Number 36C24421Q0728 Hotel/Lodging Services for WBVAMC in the subject line of your email. All submissions shall be 5MB or less. If the email is more than 5MB, submit multiple emails labeling them 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Contracting Officer by Wednesday, June 23, 2021. Questions will not be accepted after this date. Responses to vendor question(s) will be posted via an amendment on beta.SAM.gov. See Attachment B: Price/Cost Schedule. Fill out Attachment B and send with your quote. 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:"" Provision FAR 52.212-1 Instructions To Offerors Commercial Items (OCT 2018) applies to this acquisition. Addendum to FAR 52.212-1 Supplemental Instructions to Offerors applies to this acquisition: For the purposes of evaluating competing quotes, Offerors shall submit quotes that include the following documentation: Addendum to FAR 52.212-1: Offerors shall submit Pricing, Technical Capability and Past Performance information as follows: Submission Information/Instructions: Offerors shall submit their quote in four volumes. Volume 1 Introductory, Volume 2 Price, Volume 3 Technical Capability, and Volume 4 Past Performance. Failure to follow these instructions may result in Offerors being determined as non-responsive and be removed from this competition. Volume 1: Introductory (cover letter) shall be submitted in Adobe or MS Word Volume 2: Price - the Price/Cost Schedule shall be submitted in Adobe or MS Word Volume 3: Technical Capability - shall be submitted in Adobe or MS Word Volume 4: Past Performance - shall be submitted in Adobe or MS Word All Adobe and MS Word documents shall be submitted with Times New Roman size 12 fonts. Margins shall be no smaller than 1 . A. Volume 1 Introductory Folder (No Page Limit): The Introductory Folder shall include the information listed below and any other items for which a location has not otherwise been specified. a. Cover Letter. Offerors shall submit a cover letter identifying their Company name, contact information, CAGE Code, DUNS number of the prime and any teaming partner/subcontractor. b. Page 1 of SF 1449 Complete Blocks 17a. (including Contractor Point of Contact); 30a; 30b. and 30c. c. Page 2 of SF1449 Complete Contractor POC Information and acknowledge amendments, if applicable. d. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors shall include a completed copy of the provision with their offer if the Offeror has not completed electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/. e. All proposals shall be valid 60 days from the quote response date. B. Volume 2 Price a. Offerors shall complete the Price/Cost Schedule in Section B.2. See Attachment B. The price listed in the Schedule is for each day of the calendar year. The VA intends to rent the room for the entire year regardless of its occupancy. C.  Volume 3 - Technical Capability (No Page Limit):     Offerors shall submit a Technical Capability which shall address the following at a minimum:  A detailed description of contractor s technical proposal that demonstrates your ability to perform the work described in the Statement of Work (SOW) including Handicap Accessible rooms, refrigerator, microwave, etc. Provide a copy of facility s licenses, permits, and certifications required by law. State the distance (in miles) to the Wilkes-Barre VA Medical Center from your hotel(s). Hotel with 24/7 front desk staff. D. Volume 4 - Past Performance  (No Page Limit)    Quoter s shall provide up to three (3) references, preferably of Government work, performed in the last three (3) years. Past performance information shall be recent (performance within the last three years) and relevant to this scope of work. All past performance references shall include name of client, customer point of contact, customer telephone number, contract number, award amount, project/service location, and other relevant information. The apparent awardees past performance will be evaluated as part of the contractor responsibility determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. The Government reserves the right to seek past performance information from any sources not included in your past performance and available to the Government to include, but not limited to, PPIRS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor. FAR 52.212-2 Evaluation Commercial Items (OCT 2014) applies to this acquisition: Addendum to FAR 52.212-2: Evaluation Approach/Process The Government will perform an evaluation using a comparative evaluation of the hotel and services quoted. The Government will compare quotes to one another to select the hotel that best benefits the Government by fulfilling the requirement. Comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3). The following factors shall be used to evaluate Quoters: Volume Factors Volume 2 Factor 1: PRICE Volume 3 Factor 2: TECHNICAL CAPABILITY Volume 4 Factor 3: PAST PERFORMANCE (a) The Government will award a contract resulting from this solicitation to the responsible Quoter(s) that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate technical capability, past performance, and price. (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Capability, Past Performance and Price. The Contracting Officer will award one, firm fixed price contract resulting from this RFQ to the responsible Quoter whose quote conforming to the RFQ is most advantageous to the Government. Clauses included in this solicitation in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2021) (JUL 2020) (DEVIATION). The following subparagraphs are applicable: Subparagraph (b)(4), (b)(8), (b)(12), (b)(22), (b)(27), (b)(29), (b)(30), (b)(32), (b)(35)(i), (b)(44), (b)(51), (b)(55), (b)(58), Subparagraphs (c)(1), (c)(2), (c)(7), (c)(8). VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [] 852.209 70, Organizational Conflicts of Interest. [] 852.211 70, Equipment Operation and Maintenance Manuals. [] 852.214 71, Restrictions on Alternate Item(s). [] 852.214 72, Alternate Item(s). [Note: this is a fillable clause.] [] 852.214 73, Alternate Packaging and Packing. [] 852.214 74, Marking of Bid Samples. [X] 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. [X] 852.215 71, Evaluation Factor Commitments. [] 852.216 71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. [] 852.216 73, Economic Price Adjustment State Nursing Home Care for Veterans. [] 852.216 74, Economic Price Adjustment Medicaid Labor Rates. [] 852.216 75, Economic Price Adjustment Fuel Surcharge. [] 852.219 9, VA Small Business Subcontracting Plan Minimum Requirements. [] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [] 852.219 11, VA Notice of Total Veteran-Owned Small Business Set-Aside. [] 852.222 70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. [] 852.228 70, Bond Premium Adjustment. [] 852.228 71, Indemnification and Insurance. [] 852.228 72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. [X] 852.232 72, Electronic Submission of Payment Requests. [] 852.233 70, Protest Content/Alternative Dispute Resolution. [] 852.233 71, Alternate Protest Procedure. [] 852.237 70, Indemnification and Medical Liability Insurance. [] 852.246 71, Rejected Goods. [] 852.246 72, Frozen Processed Foods. [] 852.246 73, Noncompliance with Packaging, Packing, and/or Marking Requirements. [X] 852.270 1, Representatives of Contracting Officers. [] 852.271 72, Time Spent by Counselee in Counseling Process. [] 852.271 73, Use and Publication of Counseling Results. [] 852.271 74, Inspection. [] 852.271 75, Extension of Contract Period. [] 852.273 70, Late Offers. [] 852.273 71, Alternative Negotiation Techniques. [] 852.273 72, Alternative Evaluation. [] 852.273 73, Evaluation Health-Care Resources. [] 852.273 74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: [] 852.237 74, Nondiscrimination in Service Delivery. VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments. (b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments. (End of Clause) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS OCT 2018 52.232-18 AVAILABILITY OF FUNDS APR 1984 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER OCT 2020 (End of Addendum to 52.212-4) Provisions included in this solicitation in full text: FAR 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1) in the provision at 52.204 26, Covered Telecommunications Equipment or Services Representation, or in paragraph (v)(2)(i) of the provision at 52.212 3, Offeror Representations and Certifications Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services in paragraph (c)(2) of the provision at 52.204 26, or in paragraph (v)(2)(ii) of the provision at 52.212 3. (a) Definitions. As used in this provision Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for covered telecommunications equipment or services. (d) Representations. The Offeror represents that (1) It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds will in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that It [ ] does, [ ] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds does in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded will in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded does in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of Provision) FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of provision) Provisions incorporated by reference are: FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITYCODE REPORTING AUG 2020 (End of Addendum to 52.212-1) Wage Determination 2015-4239, REV 13 dated 12/21/2020 applies and can be found at: https://sam.gov/wage-determination/2015-4239/13 End of Document See attached document: 36C24421Q0728 SF1449 (Pages 1 and 2) See attached document: Attachment A. Statement of Work See attached document: Attachment B. Price/Cost Schedule See attached document: Wage Determination 2015-4239 REV 13 dated 12-21-2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/23cf04e1205542ae993434b26c7dd86a/view)
 
Place of Performance
Address: Wilkes Barre VA Medical Center 1111 East End Blvd., Wilkes-Barre 18711-0030
Zip Code: 18711-0030
 
Record
SN06037119-F 20210623/210621230112 (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.