SOLICITATION NOTICE
S -- Annual Exterior Window Washing Canandaigua, NY VA Medical Center
- Notice Date
- 7/26/2022 7:16:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222Q0954
- Response Due
- 8/16/2022 11:00:00 AM
- Archive Date
- 10/15/2022
- Point of Contact
- Lisa Harris, Contract Speciist, Phone: Lisa.Harris4@va.gov
- E-Mail Address
-
Lisa.Harris4@va.gov
(Lisa.Harris4@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. Request for Quote will be submitted through email on RFQ reference number 36C24222Q0954. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. This solicitation is being issued as a competitive, open-market Set-Aside to Service-Disabled Veteran Owned Small Business Concerns. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720: Janitorial Services (Window Cleaning Services) with a small business size standard of $19.5 Million. The FSC/PSC is S201 Housekeeping- Custodial Janitorial. This is a non-personnel services contract to provide annual Window Cleaning for approximately 2,121 exterior windows (specific buildings listed in the Performance Work Statement) located at the Canandaigua Department of Veterans Affairs Medical Center (VAMC) located at 400 Fort Hill Ave. Canandaigua NY 14424. All interested companies shall provide quotations for the following: Services ITEM NUMBER DESCRIPTION OF SUPPLIES/ SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 YR __________________ __________________ Annual Window Cleaning of all exterior windows on buildings identified per the Performance Work Statement located at the Canandaigua Department of Veterans Affairs Medical Center (VAMC). Contract Period: Base POP Begin: 10-01-2022 POP End: 09-30-2023 1001 1.00 YR __________________ __________________ Annual Window Cleaning of all exterior windows on buildings identified per the Performance Work Statement located at the Canandaigua Department of Veterans Affairs Medical Center (VAMC). Contract Period: Option 1 POP Begin: 10-01-2023 POP End: 09-30-2024 2001 1.00 YR __________________ __________________ Annual Window Cleaning of all exterior windows on buildings identified per the Performance Work Statement located at the Canandaigua Department of Veterans Affairs Medical Center (VAMC). Contract Period: Option 2 POP Begin: 10-01-2024 POP End: 09-30-2025 3001 1.00 YR __________________ __________________ Annual Window Cleaning of all exterior windows on buildings identified per the Performance Work Statement located at the Canandaigua Department of Veterans Affairs Medical Center (VAMC). Contract Period: Option 3 POP Begin: 10-01-2025 POP End: 09-30-2026 4001 1.00 YR __________________ __________________ Annual Window Cleaning of all exterior windows on buildings identified per the Performance Work Statement located at the Canandaigua Department of Veterans Affairs Medical Center (VAMC). Contract Period: Option 4 POP Begin: 10-01-2026 POP End: 09-30-2027 GRAND TOTAL __________________ A Site visit will be held on Wednesday, August 3, 2022, at 1:00 PM EST at the Canandaigua VA Medical Center 400 Fort Hill Ave. Canandaigua NY 14424. Meet outside of Building 36, under pavilion. All potential offerors are instructed to RSVP by Monday August 1, 2022, 3:00 pm EST via email to Lisa.Harris4@va.gov with verification of attendance. Description of requirement (See attached Performance Work Statement (PWS)): The contractor shall provide all materials and labor identified in the PWS. The purchase order/contract period of performance: Base Year shall be from: 10/01/2022 - 09/30/2023, with the provision of four (4), twelve (12) month option years. 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 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1, and all offers shall reference: The solicitation number 36C24222Q0954; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined to be incomplete; Acknowledgment of Solicitation Amendments; Past performance information; and A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation; Submit completed VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction 852.219-77 Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.237-1 Site Visit (APR 1984) The provision at FAR 52.212-2, Evaluation Commercial Items (OCT 2014), SIMPLIFIED ACQUISITION PROCEDURES applies to this acquisition. 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 offeror s technical quote shall be credible and meet the capability requirements as follows: Evaluation Factor 1: Technical Capability - Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined based on the qualification of the offeror s capability statement. Provide a maximum 5-page capability statement demonstrating technical capability to meet all the requirements in the Scope of Work (SOW). Describe technician qualifications/experience in working with the equipment outlined in the PWS. Provide technician certification/s in OSHA course identified in PWS. Provide a safety plan detailing precautions in providing a safe work environment. Clearly describe the roles of prime and any subcontractors. Include a breakdown of all responsibilities on-site and off-site that will be assigned to the prime and subcontractor. Include subcontractor qualifications in addition to personnel qualifications required below. Evaluation Factor 2: Past Performance A measure of how well the offeror has performed these services. The VA shall conduct a performance risk assessment based upon the past performance of the offeror as it relates to the probability of successful accomplishment of the work required by the solicitation. The VA may use information available in its own files, from electronic databases such as the Past Performance Retrieval System (PPIRS), CPARS, DCMA or from any other source it deems appropriate. The Government will consider the offeror s record for delivery and quality as it relates to the probability of successfully performing the solicitation requirements. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete past performance information rests with the offeror. References: In accordance with FAR 52.212-1(b)(10) provide a list of no more than three (3) relevant contracts performed within the past three (3) years; completed and/or active. The VA may contact references and parties other than those identified by the offeror, and information received may be used in the evaluation of the offeror s past performance. Offerors should not provide general information on their performance on the identified contracts. General performance information will be obtained from the references. Past performance information will be reviewed to determine how well the offeror performed work relevant to the type of effort and magnitude described in the statement of work, adhered to contract compliance and how recent the described experience is. Recent = Performance is occurring presently or has occurred within the last three years. Relevant = Present/past performance effort involved essentially the same, or much of the same, magnitude of effort and complexities this solicitation requires. NOTE: A proposal containing no relevant past performance shall have past performance evaluated as neutral, in accordance with FAR Part 15.305(a)(2). A neutral rated proposal may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposal of other offerors. Evaluation Factor 3: Price Complete the B.3 Price Schedule Price will be evaluated fair and reasonable based on the total aggregate cost of a Base plus four (4) Option periods. As stated in 52.212-1, the pricing must be broken down in a manner that allows for price reasonableness to be determined. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. Technical and past performance, when combined, are equal in importance to price. FAR 52.212-3, Offerors Representations and Certifications Commercial Items The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) The following clauses are included as addenda to FAR 52.212-4: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of The CONTRACT (MAR 2000) 52.228-5 Insurance Work on a Government Installation (JAN 1997) CL 120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-10 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (SEP 2021) VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) [ ] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _______________________________ _________________________________________________________ 852.242-71 Administrative Contracting Officer (OCT 2020) (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Products and Commercial Services (JAN 2022) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-28 Post Award Small Business Program Re-representation (SEP 2021) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (AUG 2018) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. This is a competitive, open-market Service-Disabled Small Business Set-Aside procurement combined synopsis/solicitation for annual Window Cleaning for approximately 2,121 exterior windows (specific buildings listed in the Performance Work Statement) located at the Canandaigua Department of Veterans Affairs Medical Center (VAMC) located at 400 Fort Hill Ave. Canandaigua NY 14424. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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 shall be received not later than 2:00 PM EST, Tuesday, August 16, 2022. The government shall only accept electronic submissions via email, please send all quotations to Lisa Harris at Lisa.Harris4@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Direct your questions to Lisa Harris, Contracting Specialist; Lisa.Harris4@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b81466c6d86d496eadf1e50368b3c6ed/view)
- Place of Performance
- Address: Department of Veterans Affairs Canandaigua VA Medical Center 400 Fort Hill Ave., Canandaigua USA
- Zip Code: USA
- Zip Code: USA
- Record
- SN06401935-F 20220728/220726230109 (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 |