Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2020 SAM #6856
SOLICITATION NOTICE

J -- Inspect and Clean Ductwork Bedford Massachusetts VAMC

Notice Date
9/4/2020 10:28:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0602
 
Response Due
9/18/2020 10:00:00 AM
 
Archive Date
11/17/2020
 
Point of Contact
Stefanie Carter, Contracting Officer, Phone: 413-584-4040 x6337
 
E-Mail Address
stefanie.carter3@va.gov
(stefanie.carter3@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 10 of 10 Combined Synopsis Solicitation Bedford VAMC Duct Cleaning Services (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24120Q0602 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. (iv) This requirement is being issued for a Small Business set-aside. The associated NAICS code is 561790, Other Services to Buildings and Dwellings and the small business size standard is $8.0 million. (v) The Government intends to award a firm-fixed price award to perform duct cleaning services at the Bedford VAMC. See the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Inspect and Clean ductwork in Bldg 4 in accordance with the performance work statement Regular Labor Hour Rate $_________ Off Hour Labor Rate $__________ Aprroximate Hours Needed _________ 1 JB __________________ __________________ Total _________________ __________________ (vi) The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, lodging, and other services necessary to perform duct cleaning services in accordance with the attached Performance Work Statement. (vii) The Place of Performance is the Bedford VAMC, 200 Springs Road, Bedford, MA 01730. This is for a one-time service and work shall be scheduled with the POC once award is made. (viii) Provision at 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018) - Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016). (ix) A site visit is scheduled for Tuesday 9/9/2020 at 10:00am EST at the Bedford VAMC, Building 4, 200 Springs Road, Bedford, MA 01730. An RSVP email should be sent to stefanie.carter3@va.gov prior to 2:00pm on 9/6/2020. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Quoters received after the due date and time shall not be considered. (2) Quoters shall submit their quotes electronically via email to Stefanie.carter3@va.gov . (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 9/14/2020 by 2:00pm EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (5) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. (x) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement in addition to the following addenda s to the provision Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or quotes.  Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.  The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:  Price (Follow these instructions): Quoter shall complete the attached Price Schedule (above), with Quoters proposed contract line item prices inserted in appropriate spaces.  Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant).  Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.  The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. (xi) Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items"", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Quoters are encouraged to ensure that they are registered in SAM prior to submitting their quotation. (xii) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.204-13 System for Award Management Maintenance (OCT 2018); 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020); 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial advertising (MAY 2018) As prescribed in 803.570-2, insert the following clause: The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of clause) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) As prescribed in 815.304-71(a), insert the following clause: (a) In an effort to achieve socioeconomic small business goals, VA shall evaluate offerors based on their service-disabled Veteran-owned or Veteran-owned small business status and their proposed use of eligible service-disabled Veteran-owned small businesses (SDVOSBs) and Veteran-owned small businesses (VOSBs) as subcontractors. (b) Eligible service-disabled Veteran-owned small businesses offerors will receive full credit, and offerors qualifying as Veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-Owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in the Vendor Information Pages (VIP) database. (c) Non-Veteran offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VIP database. (d) Pursuant to 38 U.S.C. 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of clause) 852.215-71 Evaluation Factor Commitments (OCT 2019) As prescribed in 815.304 71(b), insert the following clause: (a) The offeror agrees, if awarded a contract, to use the service-disabled Veteran-owned small businesses (SDVOSBs) or Veteran-owned small businesses (VOSBs) proposed as subcontractors in accordance with 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more SDVOSBs or VOSBs for subcontract work of the same or similar value. (b) Pursuant to 38 USC 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of clause) 852.232-72 Electronic submission of payment requests (NOV 2018) As prescribed in 832.7001-2, insert the following clause: (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the Contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A Contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI) (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of clause) (xiii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, Alternate III (MAY 2014) of 52.225-3, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable for Bedford VAMC Middlesex County WD 2015-4047 (Rev.-13) on https://beta.sam.gov/wage-determination 4/9/2020), 52.222-55, 52.222-62. (xiv) All contract requirement(s) and/or terms and conditions are stated above. (xv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xvi) RFQ responses are due 9/18/2020 at 1:00 PM EST. RFQ responses must be submitted via email to: stefanie.carter3@va.gov. Hand deliveries shall not be accepted. (xvii) The POC of this solicitation is Stefanie Carter (stefanie.carter3@va.gov).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc7acad592c64b799bb6d0484d209b8c/view)
 
Place of Performance
Address: Department of Veterans Affairs BEDFORD MASSACHUSETTS VAMC NCO1 200 Springs Road, Bedford 01730, USA
Zip Code: 01730
Country: USA
 
Record
SN05787768-F 20200906/200904230148 (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 |
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.