Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2016 FBO #5480
DOCUMENT

S -- Snow Removal and Salting, Cescent House - Attachment

Notice Date
11/22/2016
 
Notice Type
Attachment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
VA24117Q0065
 
Response Due
12/7/2016
 
Archive Date
2/5/2017
 
Point of Contact
Tammy Davis
 
E-Mail Address
tammy.davis6@va.gov
(tammy.davis6@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
(i) 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. (ii) The solicitation number is VA241-17-Q-0065 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91. (iv) This requirement is being issued as a Veteran Owned Small Business set-aside. The associated NAICS code is 561790 Other Services to Buildings and Dwellings and small business size standard is $7.5 million. (v) The Government intends to award a firm-fixed price contract for a Contractor to provide Snow Plowing Services to the Crescent House in Lowell, MA. Please see the attached Performance Work Statement and the Price Schedule below for full requirement details and pricing submission. The usage of the snow plowing and salting services is unknown and is NOT guaranteed. The usage will fluctuate based on the weather conditions which will affect the final order amount. The Government reserves the right to increase this order, through a dually signed modification; based on the severity of the weather should there be a need. PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 0001 The contractor shall provide snow removal and salting services in accordance with the PWS Pricing shall be in accordance with attached pricing sheet. **NOTE: Contractors do not price this line item. The Government will provide a Not-To-Exceed (NTE) amount at the time of the award. Period of Performance - Award October 13, 2017 1 JB    NTE 1001 The contractor shall provide snow removal and salting services in accordance with the PWS Pricing shall be in accordance with attached pricing sheet. Do not price this CLIN, the Government will enter the NTE amount after award. Period of Performance - October 14, 2017 - October 13, 2018 **NOTE: Contractors do not price this line item. The Government will provide a Not-To-Exceed (NTE) amount at the time of the award.  1 JB   NTE 2001 The contractor shall provide snow removal and salting services in accordance with the PWS Pricing shall be in accordance with attached pricing sheet. **NOTE: Contractors do not price this line item. The Government will provide a Not-To-Exceed (NTE) amount at the time of the award.. Period of Performance - October 14, 2018 October 13, 2019  1  JB   NTE 3001 The contractor shall provide snow removal and salting services in accordance with the PWS Pricing shall be in accordance with attached pricing sheet. **NOTE: Contractors do not price this line item. The Government will provide a Not-To-Exceed (NTE) amount at the time of the award.. Period of Performance - October 14, 2019- October 13, 2020  1  JB   NTE 4001 The contractor shall provide snow removal and salting services in accordance with the PWS Pricing shall be in accordance with attached pricing sheet. **NOTE: Contractors do not price this line item. The Government will provide a Not-To-Exceed (NTE) amount at the time of the award.. Period of Performance - October 14, 2020- October 13, 2021  1  JB   NTE           *******Pricing will be evaluated in accordance with prices submitted on the attached pricing sheet. (vi) The contractor shall provide all personnel, equipment, supplies, tools, and materials necessary to perform Snow Plowing and Removal Services at the Crescent House in Lowell, MA in accordance with the attached Performance Work Statement. (vii) The Place of Performance is the Crescent House, 15 Veterans Way, Lowell MA 01852. The period of performance is listed in the CLINS above. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End) (ix) Submission of Quotes and Evaluation process: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Quotes received after the due date and time shall not be considered. (2) Vendors may submit their quotes electronically via email to tammy.davis6@va.gov. (3) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 11/28/2016 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. 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:   Price (Follow these instructions): Offeror will complete the Pricing Sheet (attached) with offerors proposed contract line item prices inserted in appropriate spaces.   The Government reserves the right to increase this order, through a dually signed modification; based on the severity of the weather should there be a need. All pricing shall include all fees as part of the line item pricing. Individual fees outside of the final agreed price schedule will not be paid separately. Price shall be evaluated based on the total of the base and all options submitted in the attached pricing sheet. Past Performance: Provide (2) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information, a brief description of the work completed and contract number (if relevant).   Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical:  Please provide a list of the equipment and machinery your company owns and uses to perform snow removal services Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-17 Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015), 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); 52.228-5 Insurance-Work on a Government Installation (JAN 1997); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 52.217-8 -- Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of Clause) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside. (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Veteran-owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteranowned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of clause) 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [ ]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-42 (Wage Determination Applicable (WD - 2005-2253 REV 18 - Providence COUNTY), 52.222-55 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 12/07/2016 at 12:00 PM EST. RFQ responses must be submitted via email to: Tammy.Davis6@va.gov. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Tammy Davis (Tammy.Davis6@va.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24117Q0065/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0065 VA241-17-Q-0065.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124041&FileName=VA241-17-Q-0065-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124041&FileName=VA241-17-Q-0065-000.docx

 
File Name: VA241-17-Q-0065 Pricing Sheet.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124043&FileName=VA241-17-Q-0065-001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124043&FileName=VA241-17-Q-0065-001.xlsx

 
File Name: VA241-17-Q-0065 P09 PWS Snow Removal and Salting, Crescent House.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124044&FileName=VA241-17-Q-0065-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124044&FileName=VA241-17-Q-0065-002.pdf

 
File Name: VA241-17-Q-0065 P07 Wage Determination 05-2255 (Rev.-19).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124045&FileName=VA241-17-Q-0065-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124045&FileName=VA241-17-Q-0065-003.pdf

 
File Name: VA241-17-Q-0065 S02 Attachment 2 Past Performance.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124046&FileName=VA241-17-Q-0065-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3124046&FileName=VA241-17-Q-0065-004.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: Crescent House;15 Veterans Way;Lowell, MA
Zip Code: 01852
 
Record
SN04334224-W 20161124/161122234406-d2035a0a69577f3199485a7492d12688 (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.