Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2018 FBO #6204
SOLICITATION NOTICE

S -- Entrance/Exit Walk Off Mats for the Dayton VA Medical Ctr

Notice Date
11/16/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;Dayton VA Medical Center;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q0149
 
Response Due
11/27/2018
 
Archive Date
12/27/2018
 
Point of Contact
(937) 268-6511 ext 2324
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25019Q0149 Posted Date: November 15, 2018 Original Response Date: November 27, 2018 Current Response Date: Product or Service Code: S216 Facility Operations Support Services Set Aside (SDVOSB/VOSB): NAICS Code: 812332 Mat and rug supply services Contracting Office Address Network Contracting Office (NCO) 10 Department of Veterans Affairs Dayton VA Medical Center 3140 Governor s Place Blvd, Suite 200 Kettering OH 45409 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This amended announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 812332, with a small business size standard of $38.5M. The Department of Veterans Affairs, Dayton VA Medical Center, Network Contracting Office (NCO) 10, 3140 Governor s Place Boulevard, Suite 210, Kettering, OH 45409 is seeking to purchase entrance and exit walk off mats at the Dayton VA Medical Center to provide a sanitary and welcoming environment. This procurement is a full and open competition with no set-asides established. All interested Vendors shall provide quotations for the following: Services PERFORMANCE WORK STATEMENT Contract Title: Entrance/Exit Walk off Mats Background: To provide a welcoming and sanitary environment. The Dayton VA Medical Center (DVAMC) has a need for entrance/exit walk off mats to limit debris and tracking of mud/dirt/snow during inclement weather into the facility. This will help provide a professional appearance for staff, patients and visitors. Scope: The intent of this contract is to solicit for one year, plus 4 option years, a service contract for entrance and exit walk off mats for the DVAMC. The contractor will furnish all labor, supervision, materials, and equipment necessary to provide mat rental and cleaning for DVAMC weekly on a one-for-one exchange basis. All services will be conducted at the Dayton VA Medical Center, 4100 W Third Street, Dayton, OH, 45428. Specific Tasks: Contractor shall provide contractor owned mats for all entrance ways specified in this contract. The mats shall be of a quality and condition acceptable to the VA. Mats shall be free of stains, tears and holes. Mats with minor tears, open seams, etc. are not acceptable. Mats that do not lay flat pose a safety hazard and will not be accepted for use at this facility. The company name and logo must be clearly labeled on the underside of all mats. Mats shall be heavy traffic, rubber-backed, dirt and moisture trapping pile entrance mats. The color of the mats to be determined by the VA prior to implementation of the contract. Exterior mats should be black with wide trap treads. All mats must have appropriate backing for where they will be placed, (i.e. smooth back for tiled areas, gripper back for carpeted areas). Any VA owned mats will be picked up, cleaned, and placed weekly as are the contractor mats on a rotating basis. Performance Monitoring QUALITY ASSURANCE: The Government will inspect mats daily; any found deficient in either cleanliness or wear will be requested to be removed immediately. Performance Objective Performance Threshold Contractor provides and maintains mats to meet the government s needs. No more than one failure per contract period Security Requirements No maintenance or installation of a VA Information System Hardware or Software is performed under this contract. No contractor access to a VA Information System, VA Protected Health Information (PHI), nor VA Personally Identifiable Information (PII) is allowed or performed under this contract. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. Contractor Personnel Badges (If Needed) and Parking: The contractor shall provide the Contractor s Officer Representative (COR) with a list of contractor employees expected to enter the buildings. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. An access badge, if needed, will be given to the contractor s employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward.). The contractor s employees must return the access badge(s) to the COR or designee at the end of each pick up process. The contractor shall be required to comply with all security policies/requirements of DVAMC. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR. DVAMC does not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) N/A Other Pertinent Information or Special Considerations Work Hours: Normal Work Hours: The service schedule will be developed between the contractor and COR prior to any service being performed. Generally, work will be performed prior to the start of the Medical Centers work day so that trucks and pickups will not interfere with the facility s functions. National Holidays: The ten holidays observed by the Federal Government are: New Years Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Interference to Normal Function: Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee. Risk Control In accordance with standard OSHA requirements for building entrance and exit and ensuring Mats lay flat and do not curl with respect to tripping, etc. Place of Performance All work will be conducted at the Dayton VA Medical Center, 4100 W. Third Street, Dayton, OH, 45428 various buildings as specified below. Period of Performance Base Year: 12.1.18 11.30.19 Option Period 1: 12.1.19 11.30.20 Option Year 2: 12.1.20 11.30.21 Option Year 3: 12.1.21 11.30.22 Option Year 4: 12.1.22 11.30.23 Delivery Schedule Mat Requirement Listing: Dayton VA Medical Center, 4100 W Third Street, Dayton, OH 45428. 151 total interior and exterior mats needed. Following are the locations, sizes needed and quantity. Building 115 3x5 1 4x6 2 3x10 1 Exterior Scraper 1 Building 320 4x6 16 4x6 Logo 5 3x10 1 Exterior Scraper 6 Building 302 4x6 2 4x6 Logo 2 Exterior Scraper 5 Building 411 4x6 1 4x6 Logo 1 Exterior Scraper 2 3x5 1 Building 410 3x10 Logo 1 4x6 2 3x10 1 Exterior Scraper 3 Building 409 3x10 1 4x6 Logo 1 Exterior Scraper 1 Building 305 3x5 1 4x6 2 3x10 1 3x10 Logo 1 Building 408 3x5 2 4x6 2 3x10 1 3x10 Logo 1 Building 128 (Police) Exterior Scraper 1 4x6 Logo 1 Building 335 4x6 Logo 2 3x5 1 4x6 1 Exterior Scraper 1 Ext. Scraper Logo 1 Building 330 East Entrance 3x10 2 3x10 Ext. Scraper 1 3x10 Logo 1 Exterior Scraper 1 4x6 1 6x10 1 B330 Main Entrance 4x6 Logo 2 3x10 Scraper Logo 2 Exterior Scraper 2 B330 ER 6x10 1 3x10 1 Exterior Scraper 4 B330 Sim Lab 4x6 3 3x5 1 Exterior Scraper 3 B330 Prime Care 3x10 2 4x6 3 3x5 1 Ext. Scraper Logo 1 4x6 Logo (l) 1 Building 341 Scraper 2 Back of 330 Exterior Scraper 1 4x6 1 Building 143 Exterior Scraper 2 3x5 2 Transportation 3x10 1 3x5 1 Exterior Scraper 2 Building 128 Exterior Scraper 4 4x6 Logo 2 3x5 2 3x10 2 4x6 2 Building 126 Exterior Scraper 4 3x5 2 4x6 Logo 1 Museum 3x10 2 3x5 1 Exterior Scraper 2 Ext. Scraper Logo 1 Church 4x6 2 Exterior Scraper 2 FAR 52.212-2, Evaluation Commercial Items (OCT 2014) 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, considering technical capability, past performance and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability of the item offered to meet the Government requirement, (2) past performance (3 past performance references and CPARS/PPIRS will be utilized), and (3) price. Technical and past performance, when combined, are more important than price. Technical Ability to meet or exceed performance objective/threshold Ability to meet delivery schedule Past Performance Provide three relevant past performance references similar in size ad scope Price Can be determined fair and reasonable 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. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-2, Evaluation Commercial Items (OCT 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018) Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-16, Preventing Personal Conflicts of Interest (DEC 2011) FAR 52.203-17, Contractor Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-14, Service Contract Reporting Requirements (OCT 2016) FAR 52.208-9, Contractor Use of Mandatory Sources of Supply or Services (MAY 2014) FAR 52.213-2, Invoices (APR 1984) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-14, Limitations on Subcontracting (JAN 2017) FAR 52.219-6, Notice of Total Small Business Aside (NOV 2011) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEP 2016) FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-37, Employment Reports on Veterans (FEB 2016) FAR 52.222-41, Service Contract Labor Standards (Reference Wage Determination No.: 2015-4731, Revision 5, dated 1/10/2018, attached) (MAY 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-2, Service of Protest (SEP 2006) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.237-3, Continuity of Services (JAN 1991) FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017) Other VA Acquisition Regulation Clauses VAAR 852.203-70, Commercial Advertising (MAY 2008) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70, Contractor Responsibility (APR 1984) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247.72, Marking Deliverables (OCT 2018) Other VA Acquisition Regulation Provisions VAAR 852.233-70, Protest Content/Alternate Dispute Resolution (JAN 2008) VAAR 852.233-71, Alternate Protest Procedure (JAN 1998) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. All vendors shall submit the following: One electronic copy of quote to include: Technical Capabilities on completing Performance Work Statement scope, requirements and performance objectives; Provide three (3) past performance references (to include company name, individual contact name, phone number, email, dates of service to company, description of service[s] provided) these companies will be contacted for past performance verification. Additionally, the Contract Performance Assessment Reports from past performance on other Government contracts will be reviewed and evaluated; Contractor shall complete, at a minimum, the attached pricing schedule for the base year and each option year thereafter. All quotations shall be sent to the Contract Support Specialist, Donna Sizemore, via email only to donna.sizemore@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/ solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). SITE VISIT: Date: Tuesday, November 20, 2018, Time: 9:30 AM Location: Main Lobby of the Hospital, located at the Dayton VA Medical Center Site Visit POC: You will meet Mr. Paul Stuart, EMS, in the Main Lobby of the Hospital QUOTES shall be submitted/received not later than 1500 hours on Tuesday, November 27, 2018 via email as stated above for submission of quotes. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). To receive a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Support Specialist, Donna Sizemore, donna.sizemore@va.gov Point of Contact Donna Sizemore Contractor, The Arcanum Group in support of the Veterans Health Administration (937) 268-6511 ext. 2324 donna.sizemore@va.gov Department of Veterans Affairs Network Contracting Office (NCO) 10 Dayton VA Medical Center Adam Weber Contracting Officer (937) 268-6511 ext. 4542 adam.weber@va.gov Department of Veterans Affairs Network Contracting Office (NCO) 10 Dayton VA Medical Center Attachment 1 - Mat Logos to Utilized Attachment 2 Minimum requirement for submitting pricing quote: Building / Mat Inventory Price/Mat Weekly Weekly Total Building 115 3x5 1 4x6 2 3x10 1 Scraper 1 Building 320 4x6 16 4x6 Logo 5 3x10 1 Scraper 6 Building 302 4x6 2 4x6 Logo 2 Scraper 5 Building 411 4x6 1 4x6 Logo 1 Scraper 2 3x5 1 Building 410 3x10 Logo 1 4x6 2 3x10 1 Scraper 3 Building 409 3x10 1 4x6 Logo 1 Scraper 1 Building 305 3x5 1 4x6 2 3x10 1 3x10 Logo 1 Building 408 3x5 2 4x6 2 3x10 1 3x10 Logo 1 Building 128 (Police) Scraper 1 4x6 Logo 1 Building 335 4x6 Logo (p) 2 3x5 1 4x6 1 Scraper 1 Logo Scraper 1 Building 330 East Entrance 3x10 2 3x10 Scraper 1 3x10 Logo 1 Scraper 1 4x6 1 6x10 1 Main Entrance 4x6 Logo (L) 2 3x10 Scraper Logo 2 Scraper 2 B330 Emergency Room 6x10 1 3x10 1 Scraper 4 B330 Sim Lab 4x6 3 3x5 1 Scraper 3 B330 Prime Care 3x10 2 4x6 3 3x5 1 Scraper Logo 1 4x6 Logo (l) 1 Building 341 Scraper 2 Back of 330 Scraper 1 4x6 1 Building 143 Scraper 2 3x5 2 Transportation 3x10 1 3x5 1 Scraper 2 Building 128 Scraper 4 4x6 Logo (L) 2 3x5 2 3x10 2 4x6 2 Building 126 Scraper 4 3x5 2 4x6 Logo (L) 1 Museum 3x10 2 3x5 1 Scraper 2 Scraper Logo 1 Church 4x6 2 Scraper 2 Base Year Weekly Cost Total - $ Base Year Monthly Cost Total - $ Base Year Yearly Cost Total - $ Option Year 1 Weekly Cost Total - $ Option Year 1 Monthly Cost Total - $ Option Year 1 Yearly Cost Total - $ Option Year 2 Weekly Cost Total - $ Option Year 2 Monthly Cost Total - $ Option Year 2 Yearly Cost Total - $ Option Year 3 Weekly Cost Total - $ Option Year 3 Monthly Cost Total - $ Option Year 3 Yearly Cost Total - $ Option Year 4 Weekly Cost Total - $ Option Year 4 Monthly Cost Total - $ Option Year 4 Yearly Cost Total - $ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019Q0149/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Dayton VA Medical Center;c/o EMS;4100 W Third Street;Dayton OH
Zip Code: 45428-9000
Country: USA
 
Record
SN05153838-F 20181118/181116230024 (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.