DOCUMENT
W -- Dayton N.C. Uniform Rental - Attachment
- Notice Date
- 4/17/2017
- Notice Type
- Attachment
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- VA78617R0232
- Archive Date
- 5/17/2017
- Point of Contact
- John M. Carlock
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYSNOPSIS/SOLICITATION For Uniform rental and laundering Dayton National Cemetery & Fort Custer National Cemetery THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCAIL SERVICES AND PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; OFFERS ARE BEING REQUESTED AND A SEPARATE SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. SOLICITATION VA786-17-R-0232 IS BEING ISSUED AS A REQUEST FOR PROPOSAL (RFP). THIS NOTICE AND THE INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH THE FEDERAL ACQUISITION REGULATIONS (FAR). ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER. FAR clauses and provisions enclosed within this RFP are those in effect through Federal Acquisition Circular (FAC) 2005-95 and are available in full text through Internet access at http://www.acquisition.gov/far. 1. This is an UNRESTRICTED), Open Market procurement. North American Industry Classification System (NAICS) code is 812320 and the size standard is $5.5 million. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response. Prospective awardees MUST be registered with the System for Award Management (SAM )at http://www.sam.gov, PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. 2. This combined synopsis/solicitation for commercial items is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. Therefore, all offers received prior to the RFP close date will be considered by the Contracting Office. An award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. The Contractor shall deliver the following items to the cemetery address below, FOB Destination. Delivery is required no later than June 01, 2017 to the following addresses: Dayton National Cemetery 4400 West Third Street Dayton, OH 45428 The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Item (CLIN(s)) SEE ATTACHMENT B: PRICING SCHEDULE OF LINE ITEMS SEE ATTACHMENT C: STATEMENT OF WORK 3. The following Provisions and Clauses apply to this procurement: a). The provision at 52.212-1, Instructions to Quoters -- Commercial, applies to this acquisition. Quotes are due on April 28, 2017 1:00 PM EST IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR QUOTES IN THE VENDOR PORTAL. PROCEDURES FOR UPDATING ALREADY SUBMITTED QUOTES ARE PROVIDED IN ATTACHMENT F-THE VENDOR PORTAL GUIDE. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on Request a user account to register. In the event an Offeror is unable to submit a quote through the Vendor Portal domain, prior to the solicitation closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of quotes through E-mail will not be accepted. Quote transmission/uploads shall be completed by the date/time specified. Late or incomplete quotes will not be considered. Offerors unable to submit their offers through VA eCMS Vendor Portal, may submit their offers via email, PROVIDED THE VA eCMS Vendor Portal registration requirements have been fulfilled AND Offerors have contacted the VAAS helpdesk for assistance in their quotes submission. A copy of the email correspondence with the VAAS helpdesk shall be forwarded to the Contract Specialist, John M. Carlock, john.carlock@va.gov as proof of email correspondence. If a request for assistance with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a quotes prior to the closing date, via the Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a quotes via the Portal. The offeror shall receive approval from the contracting officer prior to submitting quotes via email. This document shall be submitted with the Offeror s quotes. In the event an Offeror has not requested quote submission assistance to the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit a quote via Vendor Portal, the Offeror will be considered non responsive and the E-mail version of the quote will not be accepted. Offer Package in, Vendor Portal, shall include the following: Signed/dated ALL Amendments 1 completed Section B (Contract Admin) included in Attachment A 1 completed Business Management Questionnaire/Past Performance (Section D) Offer shall consist of four (4) volumes. The Volumes are I Price Schedule, Volume II Technical-Literature Review, Volume III-Past Performance, and Volume IV- Certifications & Representations. OFFERORS MUST COMPLETE AND RETURN ALL INFORMATION DESIGNATED IN FAR PROVISION 52.212-1, INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS, PARAGRAPH (b) AND IN THE STATEMENT OF WORK. QUOTE SHALL BE SUBMITTED BY POTENTIAL QUOTERS, PRIOR TO THE TIME SPECIFIED IN ORDER TO BE CONSIDERED FOR AWARD. Failure to submit all required documentation & Samples may result in your offer being determined to be Technically Unacceptable and removed from further consideration. Offers shall include the information listed below. Offers that fail to furnish the required information, or reject the terms and conditions of the RFP may be excluded from further consideration. The following factors will be considered when evaluating the quotes: Technical and Past Performance and Price. The Offeror s quote shall consist of four (4) volumes. 2. RFP FILES. Offerors quotations shall be submitted in accordance with the following instructions: a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Offer page limitations are not applicable to this procurement. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are recommended. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions will not be evaluated. a. File Packaging. All of the quote files may be compressed (zipped) into one file entitled quote.zip using WinZip version 6.2 or later version or the quote files may be submitted individually. b. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. The titles and page limits requirements for each file are shown in the Table below: Volume Number Factor File Name Page Limitations* Volume I Price Schedule (Company Name) Price.xls None Volume II Technical: Literature Review (Company Name) Technical.pdf 50 Volume III Past Performance Past Performance.pdf 10 Volume IV Offer & Award Documents, Certifications & Representations (Company Name) OfrRep.pdf None A Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that any and all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s quote will not be evaluated by the Government. VOLUME I- PRICE The Price Quote does not have a page limitation; however, Contractor s offers shall provide detailed information that provides a list of price. The quote shall conform to PRICE/COST SCHEDULE listed in Attachment B. The contractor s price offer must be separated from the technical submittal. The contractor shall propose firm fixed price. The offers that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration. VOLUME II TECHNICAL Offers shall propose a detailed approach that addresses the following: Offers shall provide a written document on meeting the requirements presented in the Statement of Work, including any innovative processes and/or procedures. To be technically acceptable, (1) show the offeror possesses clear capabilities to meet contractual requirements other than just restating the Statement of Work (SOW) (2) shall show the items being offered are in compliance with all of the salient characteristics. VOLUME III-PAST PERFORMANCE Quoter s must identify previous federal, state, and local government and private contracts that they have completed and that are similar to the contract being evaluated. List a minimum of three (3), but no more than five (5) contracts for evaluation limited to the last five (5) years. Quoters are required to complete the Business Management Questionnaire. Please see Attachment C. VOLUME IV - OFFER AND AWARD DOCUMENTS AND CERTIFICATIONS/REPRESENTATIONS Certifications and Representations A completed and signed copy of SF1449 along with Schedule of Prices for Line Items (Attachment B) Acknowledgement of Amendments, if any. Any proposed exceptions to solicitation terms and conditions Offerors are hereby advised that any Offeror-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Offeror s quote Unacceptable, and thus ineligible for award. The provision at 52.212-2, Evaluation -- Commercial Items. 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 based on (LPTA) Lowest Priced Technically Acceptable. Offers will be evaluated for acceptability, but not ranked using the non-cost/price factors. The following factors will be used to evaluate quotes: All Offers shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The quote will be evaluated strictly in accordance with its written content. Offers which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Offeror whose price for items are lowest among all offers that were deemed to be technically acceptable. Offerors who fail to meet the technical requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. Price: The Government anticipates that adequate price competition will establish a fair and reasonable price. However, if the Government does not receive adequate price competition, it will evaluate price quotes to ensure price reasonableness of the products being provided to the Government, considering the specific terms and conditions and relevant commercial practices. Technical Qualifications Offers shall provide a written document on meeting the requirements presented in the Statement of Work, including any innovative processes and/or procedures. To be technically acceptable, (1) show the offeror possesses clear capabilities to meet contractual requirements other than just restating the Statement of Work (SOW) (2) shall show the items being offered are in compliance with all of the salient characteristics. Past Performance: This factor will indicate Performance History/Experience in relationship to successful performance and ability to fulfill the requirements of the solicitation. The Government may also obtain information from customers known to the Government, consumer protection organizations, and any other sources that may have useful and relevant information with regards to performance history/experience. If discussions are held, the Government will allow Offeror s an opportunity to comment on any negative past performance information obtained by the Government. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance. To assist in this determination, Offeror s are required to complete the Business Management Questionnaire, please see Attachment D. 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 and signed/dated, by the Contracting Officer, contract of award to the successful Offeror 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. Evaluation Process: A Responsibility Determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of responsibility and ability the databases include, but are not limited to Experian, PPIRS, EPLS, VetBiz and SBA. Addendum to The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-99, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION) (JAN 2017) PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference(FEB 1998);52.203-3, Gratuities (APR 1984); 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistle Blower Rights (APR 2014); 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (DEC 2013); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.242-15 Stop-Work Order (AUG 1989); 52.246-1 Contractor Inspection Requirements (APR 1984); 52.246-2 Inspection of Supplies-Fixed Price (AUG 1996); 52.246-16 Responsibility for Supplies( APR 1984); 52.247-34, F.O.B. Destination (NOV 1991); Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html https://www.va.gov/oal/business/pps/policy.asp Solicitation Provisions: 52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation ) (JAN 2017); 52.209-5, Certification Regarding Responsibility Matters (OCT 2015); 52.209-7, Information Regarding Responsibility Matters (JUL 2013); 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017); 52.212-2, Evaluation-Commercial Items (OCT 2014); 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017); 52.216-1 Type Of Contract (APR 1984); 52.233-2, Service of Protest (JAN 2008). PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7, System for Award Management (OCT 2016); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); 52.204-17, Ownership Or Control Of Offeror (JUL 2016); 52.211-6, Brand Name or Equal (AUG 1999); 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities Or Transactions Relating to IRAN-Representation and Certifications (OCT 2015). VAAR: The VAAR Clauses applicable to this acquisition are 852.203-70, Commercial Advertising (JAN 2008), 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992); 852.211-75, Product Specifications (JAN 2008); 853.232-72 Electronic Submission Of Payment Request (NOV 2012); 852.233-71 Alternate protest procedure (JAN 1998); 852.237-70 Contractor Responsibilities (APR 1984); 852.246-71, Inspection (JAN 2008); 852.270-1, Representatives of Contracting Officers (JAN 2008). Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil/ All QUESTIONS AND OFFERS shall be submitted through the Department of Veterans Affairs - Electronic Management System (eCMS) Vendor Portal website in order to be considered for award. https://www.vendorportal.ecms.va.gov. VENDOR GUIDE IS ATTACHED TO THIS RFQ FOR YOUR INSTRUCTION. All questions must be received by no later than April 21, 2017 at 1:00PM E.S.T. to give reasonable time to respond to questions prior to close of the solicitation. No questions will be accepted after April 21, 2017 at 1:00pm E.S.T. The solicitation closes on April 28, 2017 at 1:00PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617R0232/listing.html)
- Document(s)
- Attachment
- File Name: VA786-17-R-0232 VA786-17-R-0232.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421663&FileName=VA786-17-R-0232-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421663&FileName=VA786-17-R-0232-000.docx
- File Name: VA786-17-R-0232 ATTACHMENT A Contract Administration.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421664&FileName=VA786-17-R-0232-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421664&FileName=VA786-17-R-0232-001.docx
- File Name: VA786-17-R-0232 ATTACHMENT B - SF1449 and Price Schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421665&FileName=VA786-17-R-0232-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421665&FileName=VA786-17-R-0232-002.docx
- File Name: VA786-17-R-0232 ATTACHMENT C STATEMENT OF WORK.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421666&FileName=VA786-17-R-0232-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421666&FileName=VA786-17-R-0232-003.pdf
- File Name: VA786-17-R-0232 ATTACHMENT D Business Management Questionnaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421667&FileName=VA786-17-R-0232-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421667&FileName=VA786-17-R-0232-004.docx
- File Name: VA786-17-R-0232 ATTACHMENT E Dayton Wage determination.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421668&FileName=VA786-17-R-0232-005.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421668&FileName=VA786-17-R-0232-005.docx
- File Name: VA786-17-R-0232 ATTACHMENT F - Vendor eCMS Portal Guide.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421669&FileName=VA786-17-R-0232-006.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421669&FileName=VA786-17-R-0232-006.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-17-R-0232 VA786-17-R-0232.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3421663&FileName=VA786-17-R-0232-000.docx)
- Place of Performance
- Address: Dayton National Cemetery;4400 West Third Street;Dayton, OH
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN04475127-W 20170419/170417235118-32e7a40b685e3d68a2972e23bb7e3c13 (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 |