SOLICITATION NOTICE
J -- FY21 Dryer Duct Cleaning Service (VA-20-00050496)
- Notice Date
- 8/18/2020 6:57:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q1017
- Response Due
- 8/31/2020 9:00:00 AM
- Archive Date
- 10/30/2020
- Point of Contact
- jason.rundle@va.gov, Rundle, Jason, Phone: (315)425-4400 x52709
- E-Mail Address
-
jason.rundle@va.gov
(jason.rundle@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION DRYER VENT CLEANING SERVICE EAST ORAGNE and LYONS VAMC s (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 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 36C24220Q1017. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2020-07. (iv) This procurement is being issued as a: Total Small Business Set-Aside solicitation. The North American Industry Classification System (NAICS) code is 561790, Other Services to Buildings and Dwellings, with a small business size standard of $8 Million. (v) The Contractor shall provide pricing to provide dryer vent cleaning services for the East Orange and Lyons VAMC s. The table below, corresponds with Statement of Work requirements: TOTAL PRICING LINE ITEM DESCRIPTION QUANTITY UNIT TOTAL PRICE 0001 Base Year: 11/1/2020 10/31/2021: Semi-Annual Dryer Duct Cleaning Service for East Orange and Lyons VAMC s (April and October) 2 Per Year 1001 Option Year One: 11/1/2021 10/31/2022: Semi-Annual Dryer Duct Cleaning Service for East Orange and Lyons VAMC s (April and October) 2 Per Year 2001 Option Year Two: 11/1/2022 10/31/2023: Semi-Annual Dryer Duct Cleaning Service for East Orange and Lyons VAMC s (April and October) 2 Per Year 3001 Option Year Three: 11/1/2023 10/31/2024: Semi-Annual Dryer Duct Cleaning Service for East Orange and Lyons VAMC s (April and October) 2 Per Year 4001 Option Year Four: 11/1/2024 10/31/2025: Semi-Annual Dryer Duct Cleaning Service for East Orange and Lyons VAMC s (April and October) 2 Per Year Total Contact Amount (vi) Description of requirement: The contractor shall provide all requirements identified in the attached Statement of Work (SOW). (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination: East Orange VAMC: 385 Tremont Ave, East Orange, NJ 07018 Lyons VAMC: 151 Knollcroft Rd, Lyons, NJ 07939 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1, and all offers must reference: Solicitation number for this requirement as 36C24220Q1017 Name, address and telephone number of offeror Technical capability of services to be performed in accordance with the Statement of Work. 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 of the technical evaluation sub-factors. Failure to address all of the sub-factors will result in your package being determined incomplete. Terms of any express warranty, if applicable Quality Control Plan Price. 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 contractor s 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 may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-7 Systems for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.217-5 Evaluation of Options, also added 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. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Factor 1 Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualifications of the offeror s capability statement. Provide a maximum of a 5-page capability statement demonstrating technical Capability to meet all of the requirements of the Statement of Work. Contractor shall provide evidence of National Air Duct Cleaning Association (NADCA) certification of technicians. Factor 2 - Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (b) 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. Factor 3 Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for the contracting officer to properly evaluate price reasonableness. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (b) 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: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 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) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) applicable provisions and clauses noted in blue below: 852.203-70 Commercial Advertising (MAY 2018) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.270-1 Representatives of Contracting Officers 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (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. 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 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, please see attached wage determination. (xiv) N/A (xv) This is an unrestricted open market combined synopsis/solicitation for the dryer duct cleaning at the East Orange and Lyons VAMC s 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 submitting firm shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received no later than: 12:00 PM EST, Monday August 31, 2020. The government shall only accept electronic submissions via email, please send all quotations and supporting documents as outlined in this solicitations to: jason.rundle@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Requests for Information/Questions regarding this requirement, will not be accepted after: Wednesday, August 26, 2020 @ 12:00 PM EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jason Rundle, Contracting Officer; jason.rundle@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ccb0e491baeb47d784b03e96354216e4/view)
- Place of Performance
- Address: East Oragne and Lyons VAMC's (See below synposis for specific facility addresses)., USA
- Country: USA
- Country: USA
- Record
- SN05762889-F 20200820/200818230159 (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 |