Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
DOCUMENT

S -- Exterior Cleaning - Attachment

Notice Date
9/14/2016
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;VA Healthcare System of Ohio;2780 Airport Drive, Suite 340;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
VA25016Q0663
 
Response Due
9/21/2016
 
Archive Date
10/21/2016
 
Point of Contact
Lisa Clark
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION 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. Solicitation Number VA-250-16-Q-0663 is being issued as Request for Quote (RFQ) as an open market set aside for SDVOSB and the intent is to award a firm fixed price contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 561720; the business standard size is $16.5 million. REQUIREMENTS: The Chalmers P. Wylie VA Ambulatory Care Center, 420 North James Road, Columbus, OH 43219-1834, is seeking Proposal. Proposals with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Proposal shall contain a proposed delivery, installation, and in-service timeline. The Logistics Service is a division of the Chalmers P. Wylie VA Ambulatory Care Center, 420 North James Road, Columbus, OH 43219-1834. There shall be a site visit for this procurement if desired. PRICING: Offeror shall provide pricing for Exterior Cleaning as described in requirements below. The total price offered shall include all charges. Line Items - See Statement of Work and Pricing Schedule PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. 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 following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product proposed is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Proposal for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are equal to price. Indicate terms. DELIVERY/PERFORMANCE: F.O.B. Destination is preferred, Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the proposal submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (SAM registration) the successful offeror must be registered with the System of Awards Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52-204-10, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Lisa Clark, Contract Specialist by e-mail only: Lisa.Clark3@va.gov. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals and accompanying information are due no later than 2 p.m. EST Wednesday September 21, 2016. Technical questions must be sent by Thursday September 15, 2016 no later than 11:30am EST. via email to Lisa.Clark3@va.gov. Please make subject line reflect: Solicitation VA250-16-Q-0663 Exterior Cleaning. STATEMENT OF WORK FOR EXTERIOR CLEANING 1. Contract Title Exterior Cleaning of Chalmers P. Wylie Ambulatory Care Center 2. DESCRIPTION OF SERVICE: The contractor will provide cleaning service of approximately 110,000SF (see section 11. ESTIMATED BUILDING EXTERIOR MATERIALS for breakdown) of the exterior glass windows, anodized aluminum sidings, stone panels, second floor glassed roof, and the atrium glass twice a year. Services will be performed at the Department of Veterans Affairs, Chalmers P. Wylie Ambulatory Care Center (VAACC), 420 N. James Road, Columbus, Ohio 43219-1834. Services will be performed between the hours of 8:00AM through 5:00PM, Monday through Friday. Unless otherwise authorized by the Facility Manager or his designee. This does not include any areas currently under construction (East and partially South of the building). The Contractor must provide Engineering with a cleaning schedule within thirty (30) calendar days from the date of notification of award from the Contracting Officer. Upon arrival at the VAACC, the contractors shall check-in with Police/Security (Room 1A030) to obtain a Contractor's ID Badge and report to Engineering Building to sign in and out of the vendor log sheet. 3. CLEANING SERVICE: This service is to include, but not limited to all travel, labor, tools, equipment, supplies and supervision to wash and clean the exterior of architectural glass, anodized aluminum, stone panels of the building, and the atrium glasses. Due to heavy stain on atrium glasses and aluminum, the contractor is responsible for using appropriate chemical(s) to remove the stain without damage to the glass roofs. The cleaning consists of using a mild, nonabrasive commercial solution, removing foreign materials/stains on all surfaces, rinsing thoroughly with clean water to remove residue, and immediate drying and wiping with a clean squeegee and or lint-free cloth. 4. CLEANING PROCEDURES: Cleaning procedures must be followed the recommendations of Glass Association of North America (GANA), Architectural Aluminum Manufacturers Association (AAMA), and Marble Institution of America (MIA) to avoid damage to the surfaces. 5. CLEANING PRECAUTIONS: Certain precautions must be taken when cleaning said materials. Follow the GANA Glass Information Bulletin #01-0300 "Dos" and "Do Not's" list. Avoid cleaning hot, sun-heated surfaces since possible chemical reactions will be highly accelerated and cleaning non-uniformity could occur. Cleaning procedures should also ensure that the wind is not blowing the cleaning solution and residue onto already cleaned surfaces. 6. CONTRACTOR RESPONSIBILITIES: The Contractor will be responsible for having a sufficient number of employees available to accomplish the service requirements of this contract and performing the service in compliance with all local, state, and federal laws, regulations, codes, and standards. The contractor shall provide adequate training to workers in the operation of any and all equipment used to perform their duties. This includes verifiable proof of training or certification. Any equipment brought to the building by the contractor is designed, maintained and inspected according to industry standards. Material Safety Data Sheet (MSDS) of chemicals used must be provided to the government for record keeping. 7. SAFETY REQUIREMENTS: At no time, safety of the workers, VAACC employees, patients, visitors etc. would be compromised. Fall protection standards and regulations of International Window Association Cleaning Association (IWCA), American National Standards Institute (ANSI) and Occupational Safety and Health Association (OSHA) must be followed to prevent accidents. 8. DAMAGE OF GOVERNMENT'S PROPERTIES: In the event of any disaster that causes severe damage to or complete destruction of the Government's properties, the contractor shall respond immediately and use its best efforts to protect of any further damage and repair it as soon as possible. 9. GOVERNMENT FURNISHED UTILITIES. The Government will furnish electricity and water without cost to the contractor. 10. GREEN ENVIRONMENT AND CONSERVATION OF UTILITIES: - The VAACC requires contractors to use environmentally preferable products (have a lesser or reduced effect to human health and the environment when compared with competing products that serve the same purpose) as much as possible. - In event of any chemical spilled, the contractor must provide absorbents/socks to prevent it from draining to the storm retention pond. - Contractor employees will adhere to utility conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities as follow: o Powered equipment shall be used only when and where work is actually performed. o Water faucets or valves shall be turned off after required usage. o Problem/Abnormalities shall be brought to the attention of the Contracting Officer Representative (COR) as soon as possible. 11. ESTIMATED BUILDING EXTERIOR MATERIALS: - Estimated entire building exterior materials: o Glass: 42,000SF o Aluminum Siding: 54,000SF o Lime Stone: 14,000SF 12. PERFORMANCE MONITORING Performance will be monitored by the COR (Contracting Officer Representative) 13. SECURITY REQUIREMENTS The C&A requirements do not apply. A security Accreditation Package is not required. 14. PLACE OF PERFORMANCE Department of Veterans Affairs, Chalmers P. Wylie Ambulatory Care Center (VAACC), 420 N. James Road, Columbus, Ohio 43219-1834. 15. PERIOD OF PERFORMANCE The Cleaning Services listed in item 3 "CLEANING SERVICE " are to be performed twice. The first cleaning is to be completed by the October/November 2016 timeframe and the second cleaning is to take place in May 2017 timeframe. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Provide all travel, labor, tools, equipment, supplies and supervision to wash and clean the total of 110,000SF of exterior architectural glass, anodized aluminum, and stone panels, second floor glassed roof, and the atrium glass twice a year. Services will be scheduled twice a year October/November 2016 and May 2017.2.00JB______________________________ GRAND TOTAL__________________ DELIVERY SCHEDULE ITEM NUMBERQUANTITYDELIVERY DATE 0001 Exterior Cleaning2.0009/30/2017 Services will be performed at the Chalmers P. Wylie Ambulatory Care Center 420 N. James Road, Columbus, Ohio 43219-1834. Services will be provided on the North, West and partial South of the Chalmers P. Wylie VA Ambulatory Care Center facility. The services will begin by Radiology Department with a cut-off area ending by the Logistics Warehouse area.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA25016Q0663/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-16-Q-0663 VA250-16-Q-0663.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3002437&FileName=VA250-16-Q-0663-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3002437&FileName=VA250-16-Q-0663-001.docx

 
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: Chalmers P. Wylie VA Ambulatory Care Center;420 North James Road;Columbus, OH
Zip Code: 43219-1834
 
Record
SN04272348-W 20160916/160915000006-bfab1dcc9e0b83b1e3fe0260dabe9bd1 (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.