DOCUMENT
S -- Security Guards Services 672-16-1-433-0003, 16-1-434-0002, 16-1-435-0002 - Attachment
- Notice Date
- 2/10/2016
- Notice Type
- Attachment
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Veterans Affairs;VA Caribbean Healthcare System;Administrative Building;#10 Calle Casia Suite #4M440;San Juan PR 00921-3201
- ZIP Code
- 00921-3201
- Solicitation Number
- VA24815Q1814
- Response Due
- 2/1/2016
- Archive Date
- 4/1/2016
- Point of Contact
- Maribel Santa de la Paz
- E-Mail Address
-
641-7582
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is VA248-15-Q-1814. The solicitation is issued as a Request for Quotation (RFQ) to provide Non-personal services for Unarmed Security Guard Services at VA Caribbean Healthcare System (VACHS). All clauses and provisions incorporated in the solicitation are those in effect through the Federal Acquisition Circular, FAC 2005-86-2; effective February 1, 2016. This requirement is Set-aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB); the associated NAICS code is 561612, Product or Service Code: S206 and the small business size standard is $20.5M. A list containing the contract line item number(s), items, quantities and units of issue (including option periods) is provided below. CLINITEM - BASE PERIOD QTYU/M CLINITEM - THIRD OPTION QTYU/M 0001VAMC Gate # 14,392Hrs.3001VAMC Gate # 1 8,760Hrs. 0002VAMC Gate # 24,900Hrs. 3002VAMC Gate # 2 9,760Hrs. 0003VAMC Gate # 32,032Hrs.3003VAMC Gate # 34,000Hrs. 0004VAMC Gate # 41,651Hrs.3004VAMC Gate # 43,250Hrs. 0005VAMC Gate # 51,651Hrs.3005VAMC Gate # 53,250Hrs. 0006VAMC Traffic Circle1,016Hrs.3006VAMC Traffic Circle2,000Hrs. 0007AMA 12,032Hrs.3007AMA 14,000Hrs. 0008AMA 21,905Hrs. 3008AMA 23,750Hrs. 0009Pedestrian Walkway508Hrs. 3009Pedestrian Walkway1,000Hrs. 0010VA Warehouse4,392Hrs.3010VA Warehouse8,760Hrs. 0011Ceiba CBOC1,016Hrs.3011Ceiba CBOC2,000Hrs. 0012Ponce CBOC2,032Hrs.3012Ponce CBOC4,000Hrs. 0013Mayaguez CBOC2,032Hrs. 3013Mayaguez CBOC4,000Hrs. 0014Arecibo1,016Hrs. 3014Arecibo2,000Hrs CLINITEM - FIRST OPTIONQTYU/M CLINITEM - FOURTH OPTION QTYU/M 1001VAMC Gate # 18,760Hrs. 4001VAMC Gate # 18,784Hrs. 1002VAMC Gate # 29,756Hrs. 4002VAMC Gate # 29,788Hrs. 1003VAMC Gate # 33,984Hrs.4003VAMC Gate # 34,016Hrs. 1004VAMC Gate # 43,237Hrs. 4004VAMC Gate # 43,263Hrs. 1005VAMC Gate # 53,237Hrs. 4005VAMC Gate # 53,263Hrs. 1006VAMC Traffic Circle1,992Hrs. 4006VAMC Traffic Circle2,008Hrs. 1007AMA 13,984Hrs. 4007AMA 14,016Hrs. 1008AMA 23,735Hrs. 4008AMA 23,765Hrs. 1009Pedestrian Walkway996Hrs. 4009Pedestrian Walkway1,004Hrs. 1010VA Warehouse8,760Hrs. 4010VA Warehouse8,784Hrs. 1011Ceiba CBOC1,992Hrs. 4011Ceiba CBOC2,008Hrs. 1012Ponce CBOC3,984Hrs. 4012Ponce CBOC4,016Hrs. 1013Mayaguez CBOC3,984Hrs. 4013Mayaguez CBOC4,016Hrs. 1014Arecibo1,992Hrs. 4014Arecibo2,008Hrs. CLINITEM - SECOND OPTIONQTYU/M 2001VAMC Gate # 18,760Hrs. 2002VAMC Gate # 29,756Hrs. 2003VAMC Gate # 33,984Hrs. 2004VAMC Gate # 43,237Hrs. 2005VAMC Gate # 53,237Hrs. 2006VAMC Traffic Circle1,992Hrs. 2007AMA 13,984Hrs. 2008AMA 23,735Hrs. 2009Pedestrian Walkway996Hrs. 2010VA Warehouse8,760Hrs. 2011Ceiba CBOC1,992Hrs. 2012Ponce CBOC3,984Hrs. 2013Mayaguez CBOC3,984Hrs. 2014Arecibo1,992Hrs.? Detailed specifications/requirements are provided in the Performance Work Schedule (PWS). The PWS will be available in FedBizOpps via amendment to this announcement/solicitation. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Addenda to this provision are applicable and contain the basis for award and evaluation criteria. The document will be available in FedBizOpps via amendment to this announcement/solicitation. The following provisions are also applicable to this solicitation: 52.203-98 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation) (Feb 2015). 52.209-5 Representation By Corporations Regarding An Unpaid Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation)(Mar 2012) 52.209-7 Information Regarding Responsibility Matters (JUL 2013). 52.216-1 Type Of Contract (Apr 1984) Firm fixed Price. 52.217-5 Evaluation of Options (Jul 1990). 52.233-2 Service Of Protest (Sep 2006). Contracting Officer, Department of Veterans Affairs Admin. Bldg. #440 Suite 456, 10 Casia Street San Juan, PR 00921-3201. VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008). VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 Vermont Avenue, N.W. Washington, DC 20420. VAAR 852.270-1 Representatives Of Contracting Officers (Jan 2008). VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated By Reference (Jan 2008). 52.204-14 Service Contract Reporting Requirements (Jan 2014). 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015). 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran-Representation And Certifications. (End of Addendum to 52.212-1). The provision at 52.212-2, Evaluation -- Commercial Items, is not applicable to this acquisition. The evaluation procedure to be used is as follows: Award will be made on the basis of price and other non-price factors, to the responsible Offeror whose offer, conforming to the solicitation, and which is most advantageous to the Government. Therefore, the Government reserves the right to award a contract to other than the lowest priced offer, after evaluation of all factors. In determine Best Value, the Government will perform a comparative evaluation of offers in which all non-price factors are individually more important than price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer or complete their representations online. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following clauses are included as addenda to the clause: 52.203-99 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015). 52.217-8 Option to Extend Services (Nov 1999) 30 days of contract expiration. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 30 days & 60 days. 52.228-5 Insurance-Work On A Government Installation (Jan 1997) Supplemental Insurance Requirements (a)$100,000 (b) $500,000.00 (c)$200,000.00 per person $500,000.00 per occurrence and $20,000.00 property damage. VAAR 852.203-70 Commercial Advertising (Jan 2008). VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992). 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009). Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VAAR 852.219-10. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012). VAAR 852.237-70 Contractor Responsibilities (Apr 1984). 52.252-2 Clauses Incorporated By Reference (Feb 1998) http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (Apr 2014). 52.204-4Printed or Copied Double-Sided On Recycled Paper (May 2011). 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011). 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). 52.237-3 Continuity of Services (Jan 1991) 30 days. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 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). 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). 52.225-1 Buy American-Supplies (MAY 2014). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332)the date specified for receipt of offers. 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). 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). Employee Class 27101- Guard I, Monetary Wage - fringe Benefits $7.62 + $4.27 and-or $8.38 + $4.27. 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). The RFQ VA248-15-Q-1814 contains additional contract requirement(s) or terms and conditions such as DOL Wage determination No. 2015-2461 and 2015-5707 Rev. 2 dated 12/29/2015 that are applicable to this solicitation and the resultant contract. Refer to the PWS and Basis for Award documents for specific details. These documents will be added via amendment to solicitation. Defense Priorities and Allocations System (DPAS) and assigned ratings; do not apply to this acquisition. Offers are due on February 26, 2016 by 11:00 a.m. Puerto Rico local time. Mailing and Physical address is: VA Caribbean Healthcare System (VACHS) Contracting Office; Admin Bldg. #440, Suite 456, 10 Casia Street, San Juan PR 00921-3201. The individual to be contacted for information regarding this solicitation is Maribel Santa. Questions in reference to this solicitation shall be submitted in writing to: Maribel.Santadelapaz@va.gov Due date for submission of questions is February 16, 2016 at 10:00 a.m. Puerto Rico local time. Response to questions will be provided via amendment to solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/VA24815Q1814/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-Q-1814 VA248-15-Q-1814.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2552328&FileName=VA248-15-Q-1814-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2552328&FileName=VA248-15-Q-1814-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-Q-1814 VA248-15-Q-1814.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2552328&FileName=VA248-15-Q-1814-000.docx)
- Record
- SN04016964-W 20160212/160210235117-20b9a5cdf408e7c382a3964797385722 (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 |