Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2021 SAM #7209
SOLICITATION NOTICE

S -- CLEANING OF IRM ROOMS

Notice Date
8/25/2021 9:31:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25021Q1080
 
Response Due
9/10/2021 12:00:00 PM
 
Archive Date
11/09/2021
 
Point of Contact
Roman Savino, Contracting Specialist, Phone: 837-49655
 
E-Mail Address
Roman.Savino@va.gov
(Roman.Savino@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
DESCRIPTION: 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number 36C25021Q1080 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for Video Content Management solution educational and interaction support services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26.  This requirement is a Total Small Business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 561720. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (10701 East Blvd Cleveland, Ohio 44106) is seeking potential contractors for full service maintenance for the top of tile and sub-tile care in the Room 3A133 at Wade Park and cleaning of IRM Data Center located at the VA Medical Center (Wade Park), 10701 East Boulevard, Cleveland, Ohio 44106. The contract will be a base year with four one-year option periods. The base year period of performance would be from 10-1-2021 through 9-30-2022. PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered under Comparative Analysis. 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. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Price: Quote for each line item, including but not limited to the requirements listed above. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small Businesses are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clauses that applies to this solicitation are: 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST 52.204-7 (SAM registration) the successful offeror must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS: Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.217-8 OPTION TO EXTEND SERVICES 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT 52.232-18 AVAILABILITY OF FUNDS 52.237-3 CONTINUITY OF SERVICES 52.252-2 CLAUSES INCORPORATED BY REFERENCE FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER OCT 2020 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS VAAR 852.237-70 (Contractor Responsibility) 852.2370-4 (Commercial Advertising). (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.217-8, 52.217-9, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67): This Statement is for Information Only: It is not a Wage Determination. This is for Instruction Only. The Contractor is responsible for the correct title classification of workers and compliance with all DOL applicable wage and hour laws and assume all related risks. The VA is not responsible for wage determinations and classifications. If you ll be using the occupational titles from the wage determinations for the classification of workers their WG/GS-equivalent rates can be found at this link: https://www.dol.gov/whd/regs/compliance/wage/SCADirV5/Vers5ContentsTable.pdf the WG/GS equivalent rates step-2 hourly rates can be found at this link: https://www.dcpas.osd.mil/BWN/AFWageSchedules/ the GS equivalent rates step-1 hourly rates can be found at this link: https://www.opm.gov/policy-data-oversight/pay-leave/salaries-wages/2019/general-schedule/ 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov) prior to submitting a quote. All questions must be submitted to Roman Savino, Contracting Specialist by e-mail only by September 3rd, 2021 by 3 pm est. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than by email by 3 p.m. EST Friday September 10th, 2021. Technical questions and Quotes must be sent by email to roman.savino@va.gov. PERFORMANCE WORK STATEMENT Tile Care Maintenance and Data Center Cleaning. Scope: The Louis Stokes Medical Center is seeking a vendor to provide full service maintenance for the top of tile and sub-tile care in the Room 3A133 at Wade Park and cleaning of IRM Data Center located at the VA Medical Center (Wade Park), 10701 East Boulevard, Cleveland, Ohio 44106. Vendor will provide top of tile care maintenance and cleaning in the room 3A133 and the IRM Data Center located in the Administrative Building of the Louis Stokes Cleveland VA Medical center, two (2) times a year. First cleaning would be in every November and will include sub-floor, top of tile and hardware, and the second cleaning will be performed in ever May and will cover the same sub-floor top of tile care and hardware cleaning. This requirement is for two separate cleanings and two separate locations. Each cleaning consists of sub-floor, top of tile care and hardware cleaning. The contractor is required to perform sub-floor cleaning, and top of tile cleaning in addition to vacuum top of all tiled services, tacky rolled top of all tiled areas, dust under hardware with anti-septic cloths, vacuum under all sub-flooring, dust under flooring, remove any debris under flooring, clean perforated airflow panels, level floor tiles as necessary, clean exterior and interior of hardware cabinets, clean screens, keyboards, and monitors, clean all flat surfaces, interior windows and doors, remove any scuffs and/or stains. These two cleaning together should maintain this facility in an optimal condition. The contractor is required to sign at the EMS Administrative Office prior to beginning of work, and then will perform the services as stated in the SOW. The Contracting Officer Representative (COR) will observe randomly and check for the accuracy of items scheduled in the contract. NOTE: As part of the medical center policy requirements relative to patient privacy, the contractor, and all contractor s employees, are required to take two courses in TMS (Talent Management System) and print the certificates prior to performing any work. COR will give the contractor more information relative to this requirement. See attached document. Sub-Floor Cleaning: Computer Room Top of Tile Surface Preparation for Sub-Floor Cleaning 1. Vacuum top of all tiled surfaces to include underneath hardware where accessible, ramp areas if applicable. 2. Tacky roller top of all tiled areas. 3. Using specially treated anti-static cloths, we will dust under hardware and all other accessible areas. The above methods should remove all loose dirt, dust and debris from the top surface of the raised access floor. This methodology ensures that all contaminants are removed and not directed from one area to another or back into the sub-floor during the cleaning process. Computer Room Sub-Floor Cleaning: Vendor is required to maintain the structural integrity of the raised access flooring during our cleaning process. The best practice to accomplish this part of the project is to normally remove only one tile (per service technician) at a time except when necessary to access a difficult to reach area. 1. Vacuum under all sub-flooring area to include walls, floors, vents, pipes and conduit etc. 2. Dust under flooring with low particulate generating wipes. 3. Special attention given to stringers using a two-step method, vacuuming and wiping with low particulate generating wipes. 4. Remove any debris under flooring. 5. Clean perforated airflow panels. 6. Level floor tiles as necessary to best capability. Hardware Cleaning: The exterior of all Liebert units will be part of this cleaning project. 1. Clean exterior of all hardware cabinets, including both sides of cabinet doors, using a non-ionic cleaner, preventing static charge. 2. Clean interior of all hardware cabinets. 3. Clean any screens. 4. Clean any keyboards or monitors using lint-free dusting cloths and non-ionic cleaning solutions. Flat Surface & Miscellaneous Cleaning 1. Clean all flat surfaces. 2. Clean all interior windows. 3. Clean all entrance doors. Top of Tile Cleaning 1. Remove any scuffs and/or stains. 2. Clean top of all tiled areas using a non-ionic (non-static producing) solution. Complete Sub-Floor Inspection Visually inspect sub-floor for wall penetrations, structural integrity of raised access flooring, and environmental conditions. Top of Tile Cleaning: Hardware Cleaning: The exterior of all Liebert units will be cleaned at no additional charge. 1. Clean exterior of all hardware cabinets, including both sides of cabinet doors, using a non-ionic cleaner, preventing static charge. 2. Clean interior of all hardware cabinets. 3. Clean any screens. 4. Clean any keyboards or monitors using lint-free dusting cloths and non-ionic cleaning solutions. Flat Surface & Miscellaneous Cleaning 1. Clean all flat surfaces. 2. Clean all interior windows. 3. Clean all entrance doors. Top of Tile Cleaning 1. Remove any scuffs and/or stains. 2. Clean top of all tiled areas using a non-ionic (non-static producing) solution. PRICING/COST SCHEDULE: BASE YEAR: OCTOBER 1, 2021 THROUGH SEPTEMBER 30, 2022 OPTION YEAR ONE: OCTOBER 1, 2022 THROUGH SEPTEMBER 30, 2023 OPTION YEAR TWO: OCTOBER 1, 2023 THROUGH SEPTEMBER 30, 2024 OPTION YEAR THREE: OCTOBER 1, 2024 THROUGH SEPTEMBER 30, 2025 OPTION YEAR FOUR: OCTOBER 1, 2025 THROUGH SEPTEMBER 30, 2026 CLIN DESCRIPTION COST 0001 Base Year: Tile and Sub-Tile Care 1001 Option Year One: Tile and Sub-Tile Care 2001 Option Year Two: Tile and Sub-Tile Care 3001 Option Year Three: Tile and Sub-Tile Care 4001 Option Year Four: Tile and Sub-Tile Care Grand Total Cost WAGE DETERMINATION LIST: 2015-4727-REVISION 12
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0668e994c2fc4103854e1d6412922e17/view)
 
Place of Performance
Address: Cleveland VA Medical Center Wade Park Campus 10701 East Blvd, Cleveland 44106
Zip Code: 44106
 
Record
SN06110569-F 20210827/210825230129 (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.