Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2017 FBO #5810
DOCUMENT

S -- New Contract (FY2018) Uniform Services Chattanooga National Cemetery - Attachment

Notice Date
10/18/2017
 
Notice Type
Attachment
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618Q0018
 
Response Due
10/26/2017
 
Archive Date
11/25/2017
 
Point of Contact
Max Andrade
 
E-Mail Address
al
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Uniform Services Department of Veterans Affairs Chattanooga National Cemetery NOTICE: 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. SOLICITATION #36C78618Q0018 IS BEING ISSUED AS A REQUEST FOR QUOTEs (RFQ). THIS NOTICE AND THE INCORPORATED PROVISIONS AND CLAUSES ARE IN EFFECT THROUGH THE FEDERAL ACQUISITION REGULATIONS (FAR) AND THE VETERANS AFFAIRS ACQUISITION REGULATIONS (VAAR). ALL APPLICABLE RESPONSIBLE SOURCES MAY SUBMIT A QUOTE. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-89 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 812332 Industrial Launderers. Any firm that does not meet the capability 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 and MUST have an active SAM account PRIOR TO AWARD and through final payment. Potential awardees must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov as well PRIOR to award and through final payment. 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 quotations received prior to the RFQ close date will be considered by the Contracting Office. It is the Government s intent to make a single award to the Lowest Priced offeror that meets technical acceptability of the Government requirement. The contractor shall provide uniform services for employees at the Chattanooga National Cemetery. The address of the cemetery is: Chattanooga National Cemetery 1200 Bailey Avenue Chattanooga, TN 37404 Synopsis: The Department of Veteran Affairs, National Cemetery Administration, is seeking qualified sources to furnish all necessary labor, material, equipment and supervision to complete and deliver uniform rental and laundry/cleaning services for employees at the Chattanooga National Cemetery. See attachment documents for full details of requirements required of this solicitation 3. The following Provisions and Clauses apply to this procurement: a). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Quotes are due on October 26, 2017 9:00 AM EST Submit quotes to max.andrade@va.gov b). The provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014). (a) 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: Lowest Price meeting technical acceptability of the Government requirement. (c) 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. (End of Provision) ADDENDUM TO FAR 52.212-2 Evaluation Process: The Government will use a Lowest Priced approach, in accordance to FAR 13.106-2, to select the awardee. Technical Quotes must show that the contractor has the technical capabilities to perform the project. Deliverables: Experience of company in performing this type of work: have you done/performed services described in the Statement of Work for a cemetery in the past? Please explain in detail, (e.g. Description, Size, Scope, Dollar Value of similar projects). Performance Plan: submit a narrative proving contractor s performance plan to indicate how the contractor plans to meet the goals of the cemetery listed in this solicitation. Price: Price analysis will be conducted to determine a fair and reasonable price. In order to ensure a fair and reasonable price, the Government will compare proposed prices received in response to the solicitation. Normally, adequate price completion establishes a fair and reasonable price when two or more responsible Offerors, competing independently, submit priced offers that satisfy the Government s expressed requirement. Deliverables: Provide Complete CLIN Pricing on Attachment II - Cost Schedule Past Performance Quotes must show that the contractor has the experience to complete the project. In accordance with FAR 13.106-2(b)(3)(ii), the Government shall utilize past performance questionnaires and Past Performance Information Retrieval System (PPIRS) to obtain past performance ratings. Deliverables: Utilizing the Past Performance Questionnaire, provide one (1) reference and only one that is deemed relevant to the requirement as set forth in this solicitation. The questionnaire in conjunction with the Government s Past Performance Information Retrieval System (PPIRS) will be utilized in validating an offeror s past performance. Other commercial sources may also be utilized to access performance. Note: Non-like type referrals will be rated lower than referrals that are more closely related to this project. Offerors are required to demonstrate within the last three (3) years, successful performance under contracts (ongoing or completed) which are similar in scope, magnitude, and complexity to the subject requirement. Contact information provided with referrals shall be reachable by telephone or email. If a referral cannot be reached, offeror will not be evaluated favorably or unfavorably on past performance. c). FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition. d). FAR 52.212-4, Contract Terms and Conditions (MAY 2015) applies to this acquisition. e). Addendum to The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2015) applies to this acquisition. f). VAAR 853.232-72 Electronic Submission Of Payment Request (NOV 2012) 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) (FEB 2015) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: CLAUSES: 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) 52.204-4, Printed of Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEP 2013) 52.246-1 Contractor Inspection Requirements (APR 1984) 52.247-34, F.O.B. Destination (NOV 1991) 52.246-16 Responsibility For Supplies (APR 1984) Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm VAAR CLAUSES: The VAAR Clauses that may be 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) 852.246-71, 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. PROVISIONS: 52.212-1, Instructions to Offerors- Commercial Items (OCT 2015) 52.209-5, Certification Regarding Responsibility Matters (OCT 2015) 52.209-5, Representation By Corporations Regarding An Unpaid Tax Liability Or 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) 52.233-2, Service of Protest (Sep 2006) 52.237-1 Site Visit (APR 1984) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Offeror Representations and Certifications-Commercial Items (JUL 2016) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7, System for Award Management (JUL 2013) 52.204-16, Commercial and Government Entity Code Reporting (JUL 2015) 52.204-17, Ownership Or Control Of Offeror (NOV 2014) 52.223-1, Bio-based Product Certification (MAY 2012) 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities Or Transactions Relating to IRAN-Representation and Certifications (OCT 2015) ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACT POINT OF CONTACT ONLY! Questions must be submitted via email to Max Andrade (Contracting Point of Contact) at max.andrade@va.gov. All questions must be received by no later than October 23, 2017 at 8:00AM (EST) to allow a reasonable response time to questions prior to close of the solicitation. No questions will be accepted after October 23, 2017 at 8:00AM EST as this solicitation will close on October 26, 2017 at 9:00AM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0018/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0018 36C78618Q0018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3857980&FileName=36C78618Q0018-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3857980&FileName=36C78618Q0018-000.docx

 
File Name: 36C78618Q0018 Attachment I - FINAL SOW - Uniform Services for Chattanooga National Cemetery.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3857981&FileName=36C78618Q0018-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3857981&FileName=36C78618Q0018-001.pdf

 
File Name: 36C78618Q0018 Attachment II - Cost Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3857982&FileName=36C78618Q0018-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3857982&FileName=36C78618Q0018-002.pdf

 
File Name: 36C78618Q0018 Attachment III - PAST PERFORMANCE QUESTIONNAIRE.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3857983&FileName=36C78618Q0018-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3857983&FileName=36C78618Q0018-003.pdf

 
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: Chattanooga National Cemetery;1200 Bailey Avenue;Chattanooga, TN 37404
Zip Code: 37404
 
Record
SN04716589-W 20171020/171018231036-6bd838c0a195f5fe7a3501a5afa032e0 (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.