SOLICITATION NOTICE
S -- VA San Francisco Healthcare System 662-22-3-6033-0206 VAMC Monthly Main Kitchen Deep Cleaning
- Notice Date
- 7/2/2022 11:29:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26122Q0759
- Response Due
- 7/22/2022 3:00:00 PM
- Archive Date
- 09/20/2022
- Point of Contact
- Anna D Norcross, Contracting Officer
- E-Mail Address
-
anna.norcross@va.gov
(anna.norcross@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS SOLICITATION 36C26122Q0759 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-06 Effective May 26, 2022. This solicitation is a total set-aside for Service Disabled-Veteran-Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 Janitorial Services with a small business size standard of $19.5 million. The FSC/PSC is S201 Housekeeping- Custodial Janitorial. The Department of Veterans Affairs, Network Contracting Office 21 is seeking to purchase once a month kitchen deep cleaning services for the San Francisco VA Medical Center, Building 203 Kitchen as described in the detailed Performance Work Statement, below. All interested companies shall provide quotations for the following: **** BEGIN PERFORMANCE WORK STATEMENT *** SERVICE REQUIREMENT This is a fixed-price contract for a base period of one year with two one-year option periods for once-a-month kitchen deep cleaning at the San Francisco VA Medical Center (SFVAMC) located at 4150 Clement Street, San Francisco, CA 94121. The SFVAMC kitchen area is the Basement Nutrition and Food Service Kitchen located in Building 203 and is approximately 10,716 square feet. Pictures of the areas to be cleaned are attached. Work shall be performed in accordance with (1) current Joint Commission (JC) manual (2) Occupational Safety and health agency OSHA (3) Environmental Protection Agency EPA and hazardous material requirements; (4) regulations cited in this performance work statement, and (5) industry standards. The JC establishes the facility and management standards for VA facilities. The contractor s effort shall provide the service to meet the requirements for high quality hospitality services, sensitivity to proper cleaning to meet customer needs, and sanitation for the infection control process. The contractor shall coordinate the monthly site visits with the COR and these cleaning services shall be performed outside of normal work hours. TASKS AND SCHEDULE The following will be completed on a once-a-month basis at regular intervals, e.g., the third week of every month. The monthly cleaning shall be performed after regular business hours so as to not disrupt food prep service and cleaning. The cleaning should take no more than two days each month to accomplish. Pot and Pan Room Deep Cleaning Wipe down ceiling and air vents. Power wash/scrub walls, floors, baseboards. Clean and polish top and underside of all sinks/tables. Clean and polish exterior of pot/pan machine Dish Room Deep Cleaning Wipe down ceiling and air vents. Power wash/scrub walls, floors, baseboards. Clean and polish top and underside of all sinks/tables. Clean top/underside of the conveyor belt on the teardown table cleaned. Clean and polish exterior of dish machine Cooks Line Deep Cleaning Clean behind and under all equipment. Main Kitchen Cleaning All equipment door gaskets cleaned. Exterior of all equipment wiped down Walk In Coolers Floors cleaned There are also additional monthly tasks to be completed: Month Task January Power wash all kitchen walls and baseboards (apply stripper as needed to baseboards) February Detail clean floors and floor sink in janitor closest. Hand scrub and apply food safe fly repellant to ceiling tiles in dish room and pot/pan room if needed March Detail clean all flat surfaces and ledges of tray line equipment April Deep clean all meal tray delivery Carts May Power wash all kitchen walls and baseboards (apply stripper as needed to baseboards) June Detail clean floors and floor sink in janitor closest July Detail clean all flat surfaces and ledges of tray line equipment. Hand scrub and apply food safe fly repellant to ceiling tiles in dish room and pot/pan room if needed August Deep clean all meal tray delivery Carts September Power wash all kitchen walls and baseboards (apply stripper as needed to baseboards) October Detail clean floors and floor sink in janitor closest November Detail clean all flat surfaces and ledges of tray line equipment December Deep clean all meal tray delivery Carts and lobby floors during inclement weather. Trash containers located inside and outside of entrances shall be emptied. GOVERNMENT FURNISHED EQUIPMENT AND SUPPLIES The vendor will provide all its own cleaning equipment, but the Government will provide the following cleaning supplies (this list is not all-inclusive): Georgia Pacific Soft pull paper towels Georgia Pacific Toilet tissue Green scouring pads 3M #25 Quat Disinfectant 3M #24H Floor Restorer Cleaner 3M #2L General Purpose Cleaner 3M #20L Glass Cleaner 3M #3H Neutral Cleaner Provon Foaming Hand Soap WOW Stainless steel wipes Plastic Bags, Large Clear 33x40, 1.5mil Plastic Bags, Small Clear, 24x24, 1.5mil 3M easy strap floor dusting pads Purell 18 oz. pump, Foam Hand Sanitizer (manual and automatic) White Knight cream cleanser Georgia Pacific White High-Capacity Roll Towel (Towel (WxL)10.000 x800.000 ) Georgia-Pacific Compact White Coreless 2-Ply Bathroom Tissue (Sheet (WxL)3.850 x 4.050 ) Georgia-Pacific EnMotion Translucent Smoke Wall Mount Automated Touchless Towel Dispenser Mfg. # 59462 (WxDxH) 14.800 x 9.750 x 16.750 Georgia-Pacific Compact Quad Translucent Smoke Vertical Four Roll Coreless Tissue Dispenser Mfg. # 56744 (WxDxH) 11.750 x 6.900 x 13.250 Medication lotion soap (Steris) QUALITY ASSURANCE The government will monitor and evaluate the contractor s performance after each monthly deep clean. Observations will be recorded by the COR or designated representative and when an observation indicates defective performance, the COR will request the contractor or designated representative to initial the observation. CONTRACTOR RESPONSIBILITIES Prior to beginning the performance under this contract, the contractor shall provide the following: list of all employees who will provide services to the site; provide the name and telephone number of the contractor s Point of Contact (POC) who will handle scheduling; changes to the personnel roster; contractor shall notify the COR in writing whenever there is a change of the designated Point of Contact; and the site POC shall be fluent in English and shall be able to read, write, speak, understand, and communicate effectively in English. CONTRACTOR AREA ACCESS The contractor should wear a standard custodial type uniform which is easily recognizable and clearly distinguish them as a contractor. Uniforms shall be present and neat, distinctive appearance, shall be clean and maintained in good repair, and shall be worn as designated by the manufacturer. Standard custodial type uniform is defined as a collared work shirt (button down or polo style) and pants or skirt of twill or similar material (no denim). The contractor should wear appropriate footwear that will cover their entire foot for safety purposes. The contractor shall wear on the front of the uniform, a clearly readable name identification logo identifying the contractors and employee s name. The government will issue ID cards to the contractor after background checks have been completed. The contractor shall obtain visitors Badges during the Interim period via VA police or human resource department. The contractor shall display approved warning devices in all areas where operations may cause traffic obstruction or personal hazard. The cleaning of lobbies and corridors, resulting in a temporary wet or slippery floor service, shall be appropriately posted with signs, and shall be accomplished so that it will not be necessary for personnel or patients to cross a wet surface to gain access to other areas. The government shall provide a contractor with keys to access the required rooms. Access to restricted areas shall be provided to the contractor by prior arrangements with the COR. Keys provided to other contract personnel shall not be removed from the premises. Keys shall not be duplicated or issued to any other individuals. Any keys lost by the contractor will be replaced by the government and the contractor shall be charged the replacement value of the last key. The contractor shall also be responsible for any expense incurred for re keying of the facility caused by the loss of a key period the contractor shall notify the core of any lost or suspected lost key within 24 hours. The contractor shall not lend keys or open locked rooms or areas to permit entrance by persons other than the contractors assigned staff. The contractor shall be responsible for securing areas upon completion of duties there may be certain areas identified by the core in which contract personnel must immediately notify the COR or security personnel if a door is found unlocked. When leaving a work area, the contractor shall turn off all lights if the area is unoccupied unless otherwise directed by the COR. The contractor shall secure and lock the windows before leaving the area and if there is difficulty securing the area, the contractor shall notify the COR or designated representative. The contractor shall comply with security clearances or access control imposed. The contractor shall turn in all lost articles found during the performance of duties to the COR or designated representative. **** END PERFORMANCE WORK STATEMENT *** PRICE/COST SCHEDULE AND ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO __________________ __________________ Monthly deep clean of Building 203 kitchen in accordance with the Performance Work Statement Contract Period: Base POP Begin: 07-22-2022 POP End: 07-21-2023 PRINCIPAL NAICS CODE: 561720 - Janitorial Services PRODUCT/SERVICE CODE: S201 - Housekeeping - Custodial Janitorial MANUFACTURER PART NUMBER (MPN): N/A 1001 12.00 MO __________________ __________________ Monthly deep clean of Building 203 kitchen in accordance with the Performance Work Statement Contract Period: Option 1 POP Begin: 07-22-2023 POP End: 07-21-2024 PRINCIPAL NAICS CODE: 561720 - Janitorial Services PRODUCT/SERVICE CODE: S201 - Housekeeping - Custodial Janitorial MANUFACTURER PART NUMBER (MPN): N/A 2001 12.00 MO __________________ __________________ Monthly deep clean of Building 203 kitchen in accordance with the Performance Work Statement Contract Period: Option 2 POP Begin: 07-22-2024 POP End: 07-21-2025 PRINCIPAL NAICS CODE: 561720 - Janitorial Services PRODUCT/SERVICE CODE: S201 - Housekeeping - Custodial Janitorial MANUFACTURER PART NUMBER (MPN): N/A GRAND TOTAL __________________ The contract s period of performance is for a base period of one year with two (2) one-year option periods. Place of Performance/Place of Delivery Address: San Francisco VA Medical Center 4150 Clement Street, Building 203 San Francisco, CA Postal Code: 94121 Country: UNITED STATES 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 PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (JUL 2020) (DEVIATION) 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 PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2022) (JUL 2020) (DEVIATION) The following subparagraphs of FAR 52.212-5 are applicable: (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). (8) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note). (21) 52.219 27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (SEP 2021) (15 U.S.C. 657f). (22) (i) 52.219 28, Post-Award Small Business Program Rerepresentation (SEP 2021) (15 U.S.C. 632(a)(2)). (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (35)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). (51) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee Class Monetary Wage-Fringe Benefits CUSTODIAL WORKER NA 2 $15.75/HR + FRINGE (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022). (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706). The following Federal Acquisition Regulation and Veteran Affairs Acquisition Regulation clauses also apply to this acquisition: 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 (AUG 2020) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-40 Providing Accelerated payments to Small Business Subcontractors (NOV 2021) 852.203 70, Commercial Advertising. 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 852.232 72, Electronic Submission of Payment Requests. 852.242-71 Administrative Contracting Officer (OCT 2020) 852.270 1, Representatives of Contracting Officers. Department of Labor Wage Rate 1974-1257 Revision 47 dated March 15, 2022 (attached), applies to this acquisition. All quoters shall submit the following: The following provisions are incorporated into 52.212-1 as an addendum to this combined synopsis/solicitation: (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code for this acquisition and the small business size standard is shown in Block 10, SF1449. (b) Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation. NOTE: DO NOT SCAN OR COPY THE SOLICITATION CLAUSES OR PWS TO BE INCLUDED IN YOUR PROPOSAL PACKAGE. SUBMISSION INSTRUCTIONS A. General Instructions Electronic Submissions: Offerors must email their quote to Anna.Norcross@va.gov. Include the solicitation number in the Subject line. Any attachments must be readable using Microsoft Office or Adobe PDF ZIP file is not acceptable. The size of the email is limited to 5 megabytes (MB), but multiple emails are allowable Quotes must be submitted electronically and will not be accepted through fax or postal mail. All questions regarding this solicitation must be emailed to anna.norcross@va.gov, no later than July 11, 2022, 12:00 noon PST. Verbal inquiries or questions will not be addressed or accepted. Phone calls will not be returned. Offeror shall submit the following items, not subject to evaluation but failure to submit these items may result in no further evaluation of the offeror's quote and rejected due to non-conformance to solicitation. B. Timeliness Make note of the solicitation closing date and time listed on the first page of the solicitation. Any submission that is emailed after the solicitation closing date will be deemed unresponsive and not considered. C. Selection Process The VA anticipates the award of firm-fixed price contract for a base year and two option years. The Government intends to establish a contract without exchanges with contractors. Consequently, Contractors are highly encouraged to offer their best quote in their initial submissions. However, the Government reserves the right to discuss submissions with any or all contractors submitting a quote if it is determined advantageous to the Government to do so. This statement is not to be construed to mean that the Government is obligated to conduct exchanges. A Contractor may be eliminated from consideration for award without further exchanges if its technical and/or pricing submissions are not among those Contractors considered most advantageous to the Government based on a best value determination. D. Submissions: Standard Form (SF) 1449 shall be submitted fully completed. The contractor shall acknowledge all amendments to the solicitation that may be issued. Price/Delivery Schedule shall be submitted fully completed and error free. It shall contain prices for the established Line Item Numbers (CLINs) set forth in that section to include prices for the Period of Performance. In accordance with FAR 52.212-2(b), the Government will evaluate offers for award purposes by adding the total price for the basic requirement. FAR 52.212-3 Offerors Representations and Certifications (Reps & Certs), FAR 52.209-5 Certification Regarding Responsibility Matters, and FAR52.209-7 Information Regarding Responsibility Matters. The quote must be prepared in two parts consisting of a ""Technical Approach"" and separate section for ""Pricing Information"". Each of the parts shall be separate and complete so that evaluation of each part can be accomplished independently. Technical Capability This section must not contain any references to pricing and should be less than 10 pages in length. At the least, this should be a capabilities statement and resource information such as data concerning labor hours and categories, equipment, materials, subcontracts, should be included in so that offeror s understanding of the Scope of Work may be evaluated; however, any reference to pricing must not be included. Pricing information will be submitted in a separate document. There should be a breakdown of the number of employees and hours required to complete the work each month. The technical submission should address all parts of the Performance Work Statement (PWS). Past Performance Offerors shall provide information on not more than five contracts performed with most recent (within the past five years) and relevant (similar in size and scope) that include the contract number, who the work was performed for, period of performance, dollar value of the contract, and describe services performed. Past performance that is not recent and/or relevant will not be evaluated. Pricing Information When submitting pricing information, the offeror will provide a fixed unit prices for the line items in the price schedule. The pricing should be all inclusive of the personnel and equipment required to perform the service in accordance with the PWS. Do not add or change the line items in the schedule. This may cause the quote to be determined unresponsive and not evaluated. All quotes shall be sent electronically via email to: Anna Norcross, Contracting Officer anna.norcross@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Evaluation Approach The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is NOT requesting or accepting alternate quotations. The evaluation will consider the following: Technical The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Past Performance The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. The Government will evaluate quotations 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 adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract Line Item numbers (CLINs), and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than July 22, 2022, at 3:00 pm PST at anna.norcross@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Anna Norcross, Contracting Officer anna.norcross@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f3bafa30b10b499c9ba1fdcd2a7b2634/view)
- Place of Performance
- Address: VA San Francisco Healthcare System 4150 Clement Street, Bldg 203, San Francisco 94121
- Zip Code: 94121
- Record
- SN06377257-F 20220704/220702230052 (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 |