SOLICITATION NOTICE
J -- Janitorial Equipment Maintenance & Repair
- Notice Date
- 1/27/2020 8:48:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q0257
- Response Due
- 2/7/2020 8:59:59 PM
- Archive Date
- 04/07/2020
- Point of Contact
- Natalie Acevedo
- E-Mail Address
-
Natalie.Acevedo@va.gov
(Natalie.Acevedo@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 36C24220Q0257 COMBINED SYNOPSIS/SOLICITATION Janitorial Equipment Maintenance & Repair, NJ VA Healthcare System (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Part 13 - Simplified Acquisition Procedures , 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24220Q0257. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 (eff. 01/15/20). (iv) This procurement is being issued as a 100% Small Business Set-Aside, Open Market solicitation. The North American Industry Classification System (NAICS) code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Small Business Size Standard of $8 Million. (v) The Contractor shall provide pricing for Janitorial Equipment Maintenance & Repair. Table is optional. Contractor can use their own pricing table but must ensure each Option Period is priced separately. See table below: PRICING FOR: Janitorial Equipment Maintenance & Repair Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Year: Janitorial Equipment Repair Contract (Labor and Materials) for East Orange and Lyons campuses 12 MO Total Base Year: 1001 Option Year 1: Janitorial Equipment Repair Contract (Labor and Materials) for East Orange and Lyons campuses 12 MO Total Option Year 1: 2001 Option Year 2: Janitorial Equipment Repair Contract (Labor and Materials) for East Orange and Lyons campuses. 12 MO Total Option Year 2: 3001 Option Year 3: Janitorial Equipment Repair Contract (Labor and Materials) for East Orange and Lyons campuses 12 MO Total Option Year 3: 4001 Option Year 4: Janitorial Equipment Repair Contract (Labor and Materials) for East Orange and Lyons campuses 12 MO Total Option Year 4: Base and All Options Total: (vi) Description of requirement PERFORMANCE WORK STATEMENT (PWS) Janitorial Equipment Maintenance/Repair Veterans Administration New Jersey Healthcare System Scope. Background: The Veterans Administration (VA) New Jersey Healthcare System (NJHCS), Environmental Management Service (EMS) requires repair services for its janitorial equipment. The equipment to be covered in this contract is detailed in the attached document titled GRS Equipment Inventory for Contract. The contractor shall provide all necessary labor, equipment, tools, material, parts, repair services and preventive maintenance on the janitorial equipment as required by the NJHCS. It is the intention that all equipment repairs and/or maintenance will be performed in accordance with manufactures guidelines will result in the equipment operating according to manufacturers specification and will be done in accordance with industry standard practices. Place of Performance/Place of Delivery: Lyons VA Medical Center East Orange VA Medical Center 151 Knollcroft Road 385 Tremont Ave Lyons, NJ 07939 East Orange, NJ 07018 Applicable Documents. The contractor must supply themselves with their own maintenance/repair manuals along with any other diagnostics software required to properly maintain the equipment in question. Service representatives are required to supply the NJHCS with Material Safety Data Sheets (MSDS) on any chemicals that are brought into the NJHCS prior to usage. The MSDS are to be given to the Safety Officer. A set of MSDS s must also remain at the site where the chemical is used. Vendor must comply with usage of Personnel Protective Gear as defined in 29CFR 19.10. Vendor must comply with all VA policies and regulations. Tasks. The contractor shall provide the preventative maintenance on all pieces of equipment listed in the GRS Equipment Inventory for Contract. The preventative maintenance service shall conform to original equipment manufacturer guidelines or frequency of maintenance services and/or asked to be performed. Commonly replaced parts are the be covered under this preventative maintenance. The contractor shall provide parts required to perform preventative maintenance. The contractor shall assess nonfunctioning equipment or repairs that need to be performed. The contractor shall provide the necessary repairs to the equipment to bring back to operational function. When future repairs are required the contractor will perform diagnostics to determine what repairs are needed whether it be on site or contractor s repair shop. If future requires are required, they shall not be performed without written consent of the Contracting Officer. The contractor shall provide battery replacement services per the original equipment manufacturer s recommendation if applicable. Contractor shall maintain a log of maintenance and repairs visits and provide to the VANJHCS on a monthly basis or upon request. Contractor Quality Assurance. The contractor shall maintain a record of all service and maintenance visits. The contractor must adhere to all safety standards, policies and regulations. The contractor may make recommendations to VANJHCS on ways to better operator or maintain equipment to decrease All technicians are certified by manufacturer as required. Work Hours. Normal hours of coverage are Monday through Friday 8:00am to 3:30pm, excluding federal holidays. Service will be performed during normal hours of coverage unless requested or approved by COR or due to an emergency. Federal holidays: The 10 holidays observed by the Federal Government are identified below and may be modified or supplemented to include additional day(s) as specifically declared by the President of the United States: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day When one of the holidays fall on Sunday, the following Monday shall be observed as a Federal Holiday. When the holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. Reporting Procedures. Contractor shall be required to report to EMS to check-in. This check-in is MANDATORY. The contractor shall check-out with EMS and submits the service report to EMS. All service reports shall be submitted to EMS for an acceptance signature . If EMS is unavailable, a signed, authorized copy of the service report will be sent to EMS. Lyons EMS Office East Orange EMS Office Bldg. 8 Rm. 229 Bldg. 2 Rm. 2-159 Contractor Identification. Contractor shall wear visible identification at all times while on the premises of the VA NJHCS. It is the responsibility of Contracting to park in appropriate designated parking areas. Information on parking is available from the VA Police Service. The VA NJHCS will not invalidate or make reimbursement for parking violations of Contractor s under any conditions. Smoking is prohibited while on property at the VA NJHCS. Possession of weapons is prohibited. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24220Q0257 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Performance Work Statement (PWS). This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 SERVICE OF PROTEST (SEP 2006) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) [over SAT] 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. (a) Award shall be made to the contractor whose quotation offers the lowest price technically acceptable to the government. The government shall evaluate information based on the following evaluation criteria: (1) Technical- Technical capability Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the PWS. Documentation must clearly demonstrate the contractor s ability to perform the required maintenance, calibration, and repair services for the brands and models detailed in the PWS. Technical Experience - Contractor must provide documentation of prior or current contract of similar scope with contact information for references. (2) Past performance - Contractor must provide three references for contract of similar scope and magnitude to be evaluated. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. (3) Price - The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (b) 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). (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) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postcounsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) 52.219-14 LIMITATIONS ON SUBCONTRACTING (JAN 2017) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) CL-120 SUPPLEMENTAL INSURANCE REQUIREMENTS 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 EVALUATION FACTOR COMMITMENTS (OCT 2019) 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.270-1 Representatives of Contracting Officers (JAN 2008) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-51 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT REQUIREMENTS (MAY 2014)52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement Service Contract Act WD #2015-4211 (xiv) N/A (xv) This is a 100% Small Business Set-Aside, open-market combined synopsis/solicitation for Janitorial Equipment Maintenance & Repair at the New Jersey Veterans Affairs Healthcare System, East Orange Campus and Lyons Campus as defined herein.��The government intends to award a contract 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:"" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 11:59 PM EST, Friday, February 7, 2020. The government shall only accept electronic submissions via email, please send all quotations to Natalie.Acevedo@va.gov. RFI s will not be accepted after Monday, February 3, 2020, at 2:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Natalie Acevedo, Contracting Officer, 718-584-9000 Ext 2105; Natalie.Acevedo@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f1ccd42d41d54b9697b8070bdca15ec3/view)
- Place of Performance
- Address: Lyons VA Medical Center;151 Knollcroft Road;Lyons, NJ 07939, USA
- Zip Code: 07939
- Country: USA
- Zip Code: 07939
- Record
- SN05544093-F 20200129/200127230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |