Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

S -- FY 23 Service - Buf/Bat Window Cleaning/Maintenance - (5-Year Ordering Period)

Notice Date
6/27/2023 6:12:35 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
36C24223Q0845
 
Response Due
7/21/2023 9:00:00 AM
 
Archive Date
08/20/2023
 
Point of Contact
Nathan Northrup, Contract Specialist, Phone: 607-664-7533
 
E-Mail Address
Nathan.Northrup@va.gov
(Nathan.Northrup@va.gov)
 
Awardee
null
 
Description
Attachment 1: Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 2023-04. This solicitation is open-market unrestricted (small and large businesses). The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $22 Million. The FSC/PSC is S201. The Department of Veterans Affairs is seeking a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the window cleaning and maintenance/repair services at the Buffalo and Batavia VA Medical Centers for a five (5) year ordering period (8/1/23 to 7/31/28). All interested companies shall provide quotation via the attached 36C24223Q0845 Pricing Worksheet spreadsheet attached, updating only the unit-price column (column J) for all priced (column I) line-items. See additional documentation required at section 14. The minimum total-dollar amount is $5,000.00 and the maximum total-dollar amount is $1,400,000.00 for this five (5) year ordering period. Description of requirement (See attached Scope of Work (SOW)): The contractor shall provide all materials and labor identified in the SOW. Awardee shall coordinate with the Contracting Officer Representative (COR) prior to performance. Place of Performance: Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 Batavia VA Medical Center 222 Richmond Avenue Batavia, NY 14020 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 applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.233-2 Service of Protest (SEPT 2006) Paragraph (a): Nathan Northrup, Contract Specialist, 76 Veteran s Avenue, Bath, NY 14810 52.237-1 Site Visit (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 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) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.212-2, Evaluation Commercial Items . Addendum to 52.212-2: Basis for Award: The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 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/SOW and based on the information requested in the instructions to quoters section of the solicitation. (See section 14 for additional documentation required). 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. No relevant past performance shall be rated as neutral past performance. Contractor shall provide three (3) relevant references, from similar commercial window cleaning/maintenance jobs, that may be contacted by the Contract Officer. Price: The Government will evaluate the price by adding the total of all line-item prices (see attached pricing spreadsheet with estimated quantities). The total evaluated price will be that sum. Site Visit: Contractors shall attend a mandatory site-visit on Tuesday, July 18th, 2023, at 10:00am EST to view the requirement at the Buffalo VAMC and 1:00pm EST (the same date) at the Batavia VAMC. Contractors shall email the Contract Specialist (Nathan.Northrup@VA.gov) no later than Monday, July 17th, 2023, at 12:00pm EST with their intention to attend and specifics will be provided at that time. No other site visits will be provided. Contractors that do not attend the site visit shall be excluded from competition. 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. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services applies to this acquisition. 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 Products and Commercial Services. 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 applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.216-18 Ordering (AUG 2020) Paragraph (a): 08/01/2023 through 07/31/2028 52.216-19 Order Limitations (OCT 1995) Paragraph (a): $5,000.00 Paragraph (b)(2): 1,400,000.00 Paragraph (d): three (3) business days 52.216-22 Indefinite Quantity (OCT 1995) Paragraph (d): 07/31/2028 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 852.201-70 Contracting Officer s Representative (DEC 2022) 852.203-70 Commercial Advertising (MAY 2018) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) 852.215-71 Evaluation Factor Commitments (OCT 2019) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) CL-120 Supplemental Insurance Requirements Paragraph (b): $500,000.00 Paragraph (c): $200,000.00, $500,000.00, and $20,000.00 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) 52.219-8 Utilization of Small Business Concerns (OCT 2022) 52.219-28 Post Award Small Business Program Re-representation (MAR 2023) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 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) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.222-54 Employment Eligibility Verification (MAY 2022) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-5 Trade Agreements (DEC 2022) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 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 (Multiple Year and Option Contracts) (AUG 2018) 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) The Service Contract Act of 1965 does apply to this procurement. Responses should contain your best terms and conditions. All quoters shall submit the following: Completed 36C24223Q0845 Pricing Worksheet Worksheet 1. Line-Item Contract Format : Input unit prices in column J, not including NSP items (column I). (Note: This is formatted as it will be in the contract, with one (1) as the quantity for all line-items) Worksheet 2. Evaluation Worksheet : Estimated line-item average quantities are in column D and this sheet will be used for pricing evaluation purposes. (Note: Quantities are not guaranteed and shall only be used for evaluation of offers) (Note: Worksheet 2 is locked, and all values populate automatically from Worksheet 1 s entries). Capability statement demonstrating technical capability to meet all the requirements in the Scope of Work (SOW) including but not limited to proposed work tracking process, invoicing plan, past performance references, Qualified Project Manager experience, etc. OSHA 10-Hour (30-Hour for Supervisors) Certificates and Fall Protection Training documentation of any technicians who will be performing work. Aerial man-lift training documentation for any technician that will operate the lift on-site. Safety Data Sheets (SDS) for any chemicals anticipated for use on-site. Activity Hazard Analysis (AHA/JHA/JSA) identifying potential/actual hazards of the work and how they will be controlled. 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 12:00pm EST, Friday, July 21st, 2023. The Government shall only accept electronic submissions via email, please send all quotations to the Contract Specialist at Nathan.Northrup@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 Contract Specialist at Nathan.Northrup@VA.gov. Attachments: Scope of Work (SOW) 36C24223Q0845 Pricing Worksheet Wage Determination #2015-4147 (25) (Erie County) and #2015-4181 (23) (Genesee County)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/82dedabe96394e0a9759e2a46b33c5e1/view)
 
Place of Performance
Address: Buffalo VA Medical Center and Batavia VA Medical Center 3495 Bailey Avenue/222 Richmond Avenue, Buffalo/Batavia, NY 14215, USA
Zip Code: 14215
Country: USA
 
Record
SN06729299-F 20230629/230627230043 (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.