Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,2000 PSA#2566

Department of Veteran Affairs, VA Medical Center, BPO/90, Route 9, Martinsburg, WV 25401

S -- WINDOW WASHING SOL RFP 613-41-00 DUE 042800 POC Germaine Talbot, 304-264-4487 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information inclued in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.The solicitation number RFP 613-41-00 is issued as a request for proposal. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This procurement is a 100% Small Business Set-Aside. Standard industrial classification (SIC) code is 7349, small business size standard is $12 million. This procurement is for a base year with four one option years. The following is a list of contract line item numbers and items, quantities and units of measure: GROUP 1 -- Base Year May 2000; Item 1 -- Window washing for Bldg. 500, 1 job @ $____; Item 2 -- Window washing for Bldgs. 501, 502, 503 and all connecting corridors, 1 job @ $___; Item 3 -- Window washing for old hospital bldgs, 1 job @ $___; Total for Group 1 $___. GROUP 2 -- Option Year 1 May 2001; Item 1 -- Window washing for Bldg. 500, 1 job @ $____; Item 2 -- Window washing for Bldgs. 501, 502, 503 and all connecting corridors, 1 job @ $___; Item 3 -- Window washing for old hospital bldgs, 1 job @ $___; Total for Group 2 $___. GROUP 3 -- Option Year 2 May 2002; Item 1 -- Window washing for Bldg. 500, 1 job @ $____; Item 2 -- Window washing for Bldgs. 501, 502, 503 and all connecting corridors, 1 job @ $___; Item 3 -- Window washing for old hospital bldgs, 1 job @ $___; Total for Group 3 $___. GROUP 4 -- Option Year 3 May 2003; Item 1 -- Window washing for Bldg. 500, 1 job @ $____; Item 2 -- Window washing for Bldgs. 501, 502, 503 and all connecting corridors, 1 job @ $___; Item 3 -- Window washing for old hospital bldgs, 1 job @ $___; Total for Group 4 $___. GROUP 5 -- Option Year 4 May 2004; Item 1 -- Window washing for Bldg. 500, 1 job @ $____; Item 2 -- Window washing for Bldgs. 501, 502, 503 and all connecting corridors, 1 job @ $___; Item 3 -- Window washing for old hospital bldgs, 1 job @ $___; Total for Group 5 $___. Total for all groups $___. Offerors must include a price for all items. Award will be made on Group 1 only. Groups 2-5 are for option years and are subject to the availability of next fiscal year funds. (See FAR 52.217-9 regarding award of option years). Failure to submit a price for all items will be cause for rejection of offer. The Government will evaluate offers in response to this solicitation without discussions and will award a contract to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, considering only price and the price-related factors specified elsewhere in the solicitation. Description of requirements: Provide all labor, materials, equipment and travel required to properly wash interior and exterior windows, storm windows, windowsillsand screens. Remove bird droppings from exterior windowsills. (Note for Old Hospital Buildings: The windows are covered with storm windows so the area calculated for cleaning includes the inside and outside of both regular windows and storm windows. Some windows have an oxide on the glass and will require special solutions to remove.) BUILDINGS: 500, 501, 502, 503 AND ALL CONNECTION CORRIDORS, and OLD HOSPITAL BUILDINGS. STARTING DATE: Cleaning is to be completed within 90 calendar days after contract award. Notify Contracting Officer at least 24 hours prior to arrival (304)264-4487. SAFETY REQUIREMENTS: Contractor will furnish and require that all window-washing employees are wearing the appropriate personal protection equipment when performing interior and exterior window washing. Contractor employees will observe all Infection Control and Safety Requirements and Policies of the Medical Center when performing window-washing activities in all patient care areas and administrative areas. Contractor will submit for approval, prior to the start of work, literature for all proposed personal protection equipment to be used to perform this work. Equipment shall be appropriate and meet all safety requirements. In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the lives and health of patients, members, and employees. The Contracting Officer or his/her designee will notify the Contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the contractor fails or refuses to comply promptly, the Contracting Officer may issue an order, stopping all or any part of the work, and hold the contractor in default. HOURS OF COVERAGE: Normal VAMC working hours are Monday through Friday, 8 a.m. to 4:30 p.m., excluding federal holidays. Federal Holidays observed by the VAMC are: New Years' Day, Day of Presidential Inauguration (when applicable), Martin Luther King Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, Christmas Day. SUBMITTALS: Contractor will provide the following documentation within five (5) calendar days after award of the contract:  Certificate of Insurance to include worker's compensation.  Literature for all proposed personal protection equipment  Cleaning materials and solutions. WORK SCHEDULE: Contractor shall, within five days after contract award, submit to the Contracting Officer a schedule showing the order in which the Contractor proposes to perform the work and the dates on which the Contractor contemplates starting and completing the work. CONDUCT: Contractor employees are subject to the rules of the Medical Center, applicable to their conduct, security, safety, etc. INTERFERENCE TO NORMAL FUNCTION: Contractor personnel are required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. IDENTIFICATION PARKING, SMOKING, AND VA REGULATIONS. The Contractor shall abide by all VAMC station policies and regulations. The Contractor's employees shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VAMC Police/Security Service. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. ATTACHMENT 1 #1 BLDG. 500 Bldg.#500, Hospital 6 floors (1204 windows & glass doors, 50,959 sf window area, 0 screens), Emergency Room (16 windows & glass doors, 1,775 sf window area, 0 screens),Smoking Areas (39 windows & glass doors, 582 sf window area, 2 screens, 5.6 sf screen area). TOTAL 1,259 windows & glass doors, 53,316 sf window area, 2 screens and 5.6 sf screen area. ATTACHMENT 2 #2 -- BLDGS. 501, 502 AND 503. Bldg. 501, NHCU 1 floor (198 windows & glass doors, 2,700 sf window area, 78 screens, 839 sf screen area), Smoking Area (117 windows & glass doors, 1,885 sf window area, 0 screens); Bldg. 502-DOM 1st fl (333 windows & glass doors, 4,050 sf window area, 137 screens, 1,262 sf screen area), smoking area (3 windows & glass doors, 67 sf window area, 0 screens); Bldg. 502 Chiller Plant (11 windows & glass doors, 408 sf window area, 2 screens, 13 sf screen area); Connecting corridors-connect NHCU, DOM and Hospital (219 windows & glass doors, 3,611 sf window area, 42 screens, 743 sf screen area). Total 881 windows & galss doors, 12,721 sf window area, 259 screens, 2,857sf screen area. ATTACHMENT 3 #3 OLD HOSPITAL BUILDINGS (All buildings are single story.) 117 (Chapel)(22 windows & glass doors, 576 sf window area, 0 screens), (no storm windows); Bldg. 203 (85 windows & glass doors, 4,008 sf window area, 85 screens, 668 sf screen area); Bldg. 205 (97 windows & glass doors, 4,580 sf window area, 97 screens, 763 sf screen area); Bldg. 207 (97 windows & glass doors, 4,580 sf window area, 97 screens, 763 sf screen area); Bldg. 209 (76 windows & glass doors, 3,640 sf window area, 76 screens, 607 sf screen area); Bldg. 211 (76 windows & glass doors, 3,640 sf window area, 76 screens, 607 sf screen area); Bldg. 217 (67 windows & glass doors, 5,080sf window area, 66 screens, 639 sf screen area); Bldg. 302 (25 windows & glass doors, 1,004 sf window area, 25 screens, 144 sf screen area); Bldg. 304 (21 windows & glass doors, 1,412 sf window area, 21 screens, 202 sf screen area); Bldg. 305 (Em. Bed area) (34 windows & glass doors, 1,644 sf window area, 34 screens, 235 sf screen area); Bldg. 313 (34 windows & glass doors, 1,644 sf window area, 34 screens, 235 sf screen area); Bldg. 314 (86 windows & glass doors, 6,740 sf window area, 72 screens, 450 sf screen area); Bldg. 317 Theatre (9 windows & glass doors, 320 sf window area, 0 screens); Bldg. 318 (Fire Station) (35 windows & glass doors, 556 sf window area, 10 screens, 77 sf screen area); Bldg. 401 (58 windows & glass doors, 4,356 sf window area, 58 screens, 534 sf screen area); Bldg. 403A (10 windows & glass doors, 177 sf window area, 8 screens, 43 sf screen area); Bldg. 403B (10 windows & glass doors, 171 sf window area, 8 screens, 42 sf screen area); Bldg. 403C (3 windows & glass doors, 160 sf window area, 3 screens, 23 sf screen area); Bldg. 405 (35 windows & glass doors, 388 sf window area, 31 screens, 304 sf screen area); Bldg. 407 (39 windows & glass doors, 725 sf window area, 38 screens, 211 sf screen area); Bldg. 409 (31 windows & glass doors, 366 sf window area, 28 screens, 370 sf screen area); Bldg. 411 (38 windows & glass doors, 684 sf window area, 36 screens, 208 5 sf screen area); Bldg. 413 (41 windows & glass doors, 830 sf window area, 41 screens, 208 sf screen area); Bldg. 415 (37 windows & glass doors, 635 sf window area, 34 screens, 202 sf screen area); Bldg. 400 ramp corridor (17 windows & glass doors, 371 sf window area, 17 screens, 93 sf screen area); Bldg. Retained Corridor (95 windows & glass doors, 4,518 sf window area, 95 screens, 757 sf screen area); Bldg. Retained Corridor Door Glass (156 windows & glass doors, 122sf window area, 0 screens). Total 1,334 windows, 52,927 sf window area, 1,090 screens, 8,385 sf screen area. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions identified herein may be accessed electronically at these addresses http://www.arnet.gov/far/ and http://www.va.gov/oa&mm/vaar/. The following incorporated clauses and provisions are applicable to this solicitation: 52.212-4 Contract Terms and Conditions-Commercial Items. (5/99) Addendum 52.217-8 Option to Extend Services. (8/89), 52.217-9 Option to Extend the Term of the Contract. (3/89)(shall not exceed 5, yrs. 6 mo), 52.225-13 Restrictions on Certain Foreign Purchases. (2/00), 52.232-18 Availability of Funds. (4/84), 52.232-19 Availability of Funds for the Next Fiscal Year. (4/84) 52.242-15 Stop Work Order. (8/89), 852.270-1 Representatives of Contracting Officers. (4/84), 852.270-4 Commercial Advertising. (4/84), 52.228-5 Insurance-Work on a Government Installation. (1/97), FAR 28.307-2 Supplemental Insurance Requirements, 52.219-6 Notice of Total Small Business Set-Aside. (7/96), 52.237-2 Protection of Government Buildings, Equipment and Vegetation. (4/84), 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (2/00), 52.222-21 Prohibition of Segregated Facilities. (2/99), 52.222-26 Equal Opportunity (E.O. 11246). (2/99) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. (4/98), 52.222-36 Affirmative Action for Workers with Disabilities. (6/98) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. (1/99), 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program. (2/00), 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. (5/99) 52.222-41 Service Contract Act of 1965, As Amended. (5/89), 52.222-42 52.222-42 Statement of Equivalent Rates for Federal Hires. (5/89), 852.233-70 Protest Content. (1/98), 52.212-1 Instructions to Offerors-Commercial Items. (6/99) 52.212-3 Offeror Representations and Certifications-Commercial Items. (2/00) Addendum 852.219-70 Veteran-Owned Small Business. (12/90). Offerors are required to submit a completed copy of the provision at FAR 52.212-3 Offerors Representation and Certifications-Commercial Items and DUNS number with their proposal. Evaluation of Offers-The Government will evaluate offers in response to this solicitation without discussions and will award a contractor to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price and price-related factors specified elsewhere in the solicitation. Any resulting contract will be a firm fixed-price contract. Subject to the availability of Funds. No facsimiles will be accepted. Submit a signed original offer. Offers at due 4/28/00, 2:00 pm local time in Room 2B-116, VA Medical Center, Route 9, Martinsburg, WV 25401. All offers shall be clearly marked with the offerors name and RFP number. Posted 03/24/00 (W-SN437966). (0084)

Loren Data Corp. http://www.ld.com (SYN# 0078 20000328\S-0006.SOL)


S - Utilities and Housekeeping Services Index Page