Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2015 FBO #4912
DOCUMENT

S -- (S)(660) Entryway Mat Exchange Service - Attachment

Notice Date
5/5/2015
 
Notice Type
Attachment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25915Q0383
 
Response Due
5/15/2015
 
Archive Date
6/14/2015
 
Point of Contact
SALIM WILLIAMS
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is: VA259-15-Q-0383, and it is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81 dated April 10, 2015 This solicitation is set-aside for Small Business. NAICS: 812332 and the small business size standard is 500 employees. The government anticipates awarding a firm-fixed price, Base plus 4 year options contract. This RFQ closes on May 15, 2015 at 12:01PM MST. Proposals must be received on or before the closing date and time of this RFQ. All responding vendors must be registered in SAM.GOV & be SDVOSB VERIFIED through VETBIZ.GOV in order to receive an award. Questions regarding this RFQ shall be directed to: salim.williams@va.gov. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, does not apply to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2014), with the offer. Description: The Salt Lake City Health Care System, Salt Lake City, UT 84148 has a requirement for Entrance Way Floor Mat Exchange Service. This service is for the laundering and replacement of floor mats for entrances of the VA Salt Lake City Health Care facility (BUILDING #1 & BUILDING #14). Each floor mat will be picked up and immediately replaced with a cleaned mat according to its specification (size and type). Additional description is listed below. Salient characteristics: Contractor shall provide all labor, personnel, matting and mat cleaning services for each hospital entrance for buildings 1 and 14 of the Salt Lake City VA Medical Center campus, 500 Foothill Dr., Salt lake City, UT 84148. Appropriate size and textured mats shall be placed at each outside entrance to reduce the amount of moisture and dirt that gets tracked into the buildings. The contractor shall exchange the dirty mats with clean ones: Building 1 exterior entrances = 14 Building 14 exterior entrances = 6 BUILDING 1, Ground floor: "Entrance to Main Lobby: 1, 6'X6' scraper mat just outside the entrance and 3, 6'X10' absorbent mats inside in a row. "Entrance from Lobby to courtyard: 1, 4'X4' scraper outside and 1, 4'X4' absorbent inside. "Entrance from Pharmacy area to courtyard: 1, 4'X4' scraper outside and 1, 4'X4' absorbent inside. "Stairwell entrance between lobby and escort office: 1, 3'X3' scraper outside and 1, 3'X5' absorbent inside. "New Physical Therapy addition entrance: 1, 4'X4' scraper outside. (no inside mat needed, carpeted floor) "Main entrance by PT: 1, 6'X6' scraper outside and 2, 6'X10' absorbent inside. "Stairwell entrance in "C" hall: 1, 3'X3' scraper outside and 1, 3'X10' absorbent inside. "Stairwell entrance across from X-ray: 1, 4'X4' scraper outside and 1, 3'X10' absorbent inside. "Stairwell entrance half way down "B" hall: 1, 3'X3' scraper outside and 1, 3'X10' absorbent inside. "Director's Hall entrance: 1, 4'X4' scraper outside, 1, 4'X6' absorbent between inner and outer doors and 1, 6'X10' absorbent in the main hallway. "Stairwell entrance in back of Nuclear Med: 1, 4'X4' scraper outside and 1, 4'X4' absorbent inside. "Entrance by PET Scan: 1, 4'X4' scraper outside and 1, 4'X6' absorbent inside. "New Entrance by new CT scan area: 1, 4'X4' scraper outside and 1, 4'X6' absorbent inside. "Entrance by MRI/CT Suite: 1, 6'X6' scraper outside and 1, 6'X 10' absorbent inside. Building 14, ground floor: "Entrance to the hallway Behind Emergency Dept: 1, 6'X6' scraper outside and 1, 6'X10' absorbent inside. "Entrance to the Stairwell behind Emergency Dept: 1, 3'X3' scraper outside and 1, 3X5' absorbent inside. "Ambulance entrance inside ER: 1, 6'X10' absorbent inside. (No outside mat needed, covered by a roof) "Entrance to the hallway Behind Blue Clinic: 1, 6'X6' scraper outside and 1, 6'X10' absorbent inside. "Entrance to the Stairwell behind Blue clinic: 1, 3'X3' scraper outside and 1, 3X5' absorbent inside. At no time shall any of the hospital entrances be without a mat. As the contractor's staff pick up a dirty mat, they should immediately put a clean one in its place. Building 14, basement: "Entrance by mail room: 1, 6'X6' scraper outside and 3, 6'X6' absorbent inside. At each designated entrance the contractor shall place a SCRAPER mat just outside the entrance large enough to remove most of the dirt, snow and slush from each pedestrian's shoes, and an ABSORBENT mat inside the entrance sufficiently long and wide to ensure each pedestrian's shoes are mostly dry by the time they reach the hard surface floor. From approximately Nov 1st through March 31th of each year, the floor mats shall be exchanged with clean mats on a weekly basis. From April 1st through Oct 31st, all floor mats shall be exchanged with a clean ones every two weeks. The government has the right to change the frequency as needed based on weather conditions. At no time shall any of the hospital entrances be without a mat. As the contractor's staff pick up a dirty mat, they should immediately put a clean one in its place. All mats shall be charcoal grey in color and be in good quality and working condition. If providing quotation, please use the format that I have provided due to the requirement's scheduling of services (See Attachment) and provide a product brochure with the RFQ. Request for Quote (RFQ), prospective contractor quotes, and product brochures, and all other required documentation shall be submitted by the closing date and time to: salim.williams@va.gov The following clauses & provisions apply to this acquisition: ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (DEC 2014) 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.232-19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984). 52.237-2, PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984). 852.203-70 Commercial Advertising (JAN 2008) 852.215-70, SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) 852.215-71, EVALUATION FACTOR COMMITMENTS (DEC 2009) 852.232-72, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 852.237-70, CONTRACTOR RESPONSIBILITIES (APR 1984) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-1 DISPUTES (MAY 2014) 52.237-3 CONTINUITY OF SERVICES (JAN 1991) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (OCT 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(41 U.S.C. 3509). 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (AUG 2013) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014); 52.222-50, Combating Trafficking in Persons (MAR 2015) (22U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-34, Payment by Electronic Funds Transfer - Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). (End of clause 52.212-5)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915Q0383/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-15-Q-0383 VA259-15-Q-0383.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2028182&FileName=VA259-15-Q-0383-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2028182&FileName=VA259-15-Q-0383-000.docx

 
File Name: VA259-15-Q-0383 Suggested Pricing Format.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2028183&FileName=VA259-15-Q-0383-001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2028183&FileName=VA259-15-Q-0383-001.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA SALT LAKE CITY HEALTH CARE SYSTEM;500 FOOTHILL DRIVE;SALT LAKE CITY, UT
Zip Code: 84148-0001
 
Record
SN03719955-W 20150507/150505234802-8daab3c66f322a93c9a4071532341fc2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.