SOLICITATION NOTICE
S -- Exterior Window Cleaning - Lyons
- Notice Date
- 7/14/2021 10:31:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24221Q1138
- Response Due
- 7/26/2021 1:00:00 PM
- Archive Date
- 09/24/2021
- Point of Contact
- RUSSIN, LEVI, Contracting Specialist, Phone: (518) 626-6757
- E-Mail Address
-
Levi.Russin@va.gov
(Levi.Russin@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION COMPLETE EXTERIOR WINDOW CLEANING VA NJHCS LYONS CAMPUS (i) 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, and FAR 13.5 Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document 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 36C24221Q1138. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 (eff. 03/10/2021), VAAR 2008-28 (eff. 01/27/21). (iv) This solicitation is a Total Small Business set-aside open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 JANITORIAL SERVICES and has a small business size standard of $19.5 Million. The FSC/PSC is S201. (v) This is a services contract to provide Complete Exterior Window Washing. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination. PRICING TABLE FOR: Complete Exterior Window Washing services LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 BASE PERIOD: Contractor shall provide complete exterior window washing services. Services shall be performed between June 1st through September 30th of each period of performance. 1 JB Total Base Year: 1001 OPTION YEAR ONE: Contractor shall provide complete exterior window washing services. Services shall be performed between June 1st through September 30th of each period of performance. 1 JB Total Option Year One: 2001 OPTION YEAR TWO: Contractor shall provide complete exterior window washing services. Services shall be performed between June 1st through September 30th of each period of performance. 1 JB Total Option Year Two: 3001 OPTION YEAR THREE: Contractor shall provide complete exterior window washing services. Services shall be performed between June 1st through September 30th of each period of performance. 1 JB Total Option Year Three: 4001 OPTION YEAR FOUR: Contractor shall provide complete exterior window washing services. Services shall be performed between June 1st through September 30th of each period of performance. 1 JB Total Option Year Four: Base and All Option Years Total: (vi) The required work is as contained below in the Statement of Work. STATEMENT OF WORK Complete Exterior Window Cleaning Contract BACKGROUND: The Department of Veterans Affairs, New Jersey Health Care System is currently seeking annual complete exterior window washing services for a Community Living Center (Bldg. 135) located at the Lyons VA Medical Center. This building provides long and short-term skilled nursing and rehabilitation with 295 beds. SCOPE OF WORK: Contract shall furnish all labor, supervision, materials, equipment and personnel necessary to accomplish complete exterior window washing services of approximately 619 windows as described in the Statement of Work. Cleaning exterior windows which includes all perimeter windows, exterior courtyard windows, exterior of all skylights, and interior/exterior of entrance canopy glass. All cleaning tasks shall be accomplished to meet all standards as follows: Remove all paint, dirt, soil, and other substances that may be found on the windows. All damages caused by contractor s personnel will be repaired to previously existing condition at contractor s expense. Contractor must follow OSHA guidelines, policies, procedures, and directives, as well as fire and safety regulations of the medical center. Work of the contractor is to be coordinated to prevent conflicts with the treatment of patients and the functioning of the facility. The contractor personnel must report to EMS prior to beginning work for each day and shall report back to EMS what they accomplished during the day before leaving the Medical Center grounds. Contract project manager to submit to EMS, the plan for how areas are to be serviced each workday. Contracting is required to re-clean where deficiencies have been noted at no additional expense to the Government. Re-cleaning is to be accomplished within five (5) working days of identification. Re-cleaning is required until the deficiency has been corrected. Payment will be withheld unit all areas are cleaned to the satisfaction of the VA. All work is to be performed in accordance with the guidelines established by Federal, State and Local ordinances and with contractor s procedures manual and quality control manual. OTHER REQUIREMENTS: Contractor shall be a firm regularly engaged in the servicing of window washing as described in this Statement of Work. Have expertise, experience, and regular business to include the complete washing of the windows. Possess all the manpower, equipment, tools, and ready sources as necessary to complete the conditions of the requirement. The contractor shall provide a written work schedule identifying when the work will be accomplished no later than the date identified in this solicitation for work to begin. All work must be scheduled through the Contracting Officers Representative. D. NONCOMPLIANCE The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. E. SPECIFICATIONS: Upon completion of the exterior window washing service, the COR/POC will perform a visual inspection in the presence of the contractor personnel to ensure that all performance requirements have been completed in accordance with the Statement of Work. The inspection will be conducted prior to the contractor personnel leaving the facility. FREQUENCY OF SERVICE PROVIDED: Once per year, to be completed June 1st through September 30th WORKING HOURS: Normal business hours are 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal Holidays. Holidays observed by the Federal Government are: - New Year s Day - Martin Luther King s Birthday - President s Day - Memorial Day - Independence Day - Labor Day - Columbus Day - Veteran s Day - Thanksgiving Day - Christmas Day - and any other day specifically declared by the President of the United States to be a national holiday. H. PERIOD OF PERFORMANCE The base period of performance will be one (1) year from the date of award with provision of four (4) Option Years. QUALITY ASSURANCE: Performance Objective Performance Threshold All exterior side of windows and seals will be washed according to VA expectations. Contractor will be required to re-clean windows not meeting VA s cleaning standards. CONTRACTOR PERSONNEL: The contractor shall provide a contract manager who is responsible for the performance/coordination of work defined in this contract. The name and phone numbers (during and after hours) of this person and alternate(s), who shall act for the contractor when the manager is absent, shall be designated in writing to the Contracting Officer. This person may perform services under this contract in addition to contract management duties. The contract manager or alternate shall have full authority to act for the contractor in all contractual matters relating to daily operation of this contract. All changes must be provided in writing to the Contracting Officer no later than forty-eight (48) hours prior to the implementation of such changes. Contractor shall provide their employees with appropriate protective clothing, equipment, and apparel as prescribed by the Occupational Safety & Health Administration (OSHA). The technician shall be dressed neatly in appropriate uniform and wear an identification badge at all times when servicing at the VA facility. The contractor shall provide all training necessary to perform the work as defined in this contract. Training shall not hamper the quantity, quality, or timeliness of work requirements of the contract. The contractor shall ensure that all employees understand the risks involved with window washing and are trained in specific procedures to perform work above ground and from a high level. Contractor employees who work from the top of or along the side of buildings are identified as being susceptible and/or occupationally at risk of falling/injury. The contractor shall provide these employees with the required safety measures and training. Contractor employees shall adhere to dress code to include proper facial coverings when required. 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. PLACES OF PERFORMANCE: The annual complete window washing services required are to be performed at: New Jersey Health Care Services Lyons VA Medical Center Community Living Center (Bldg. 135) 151 Knollcroft Road Lyons, NJ 07939 Note: The below cited data is for information purposes only and is intended to furnish the bidder an approximate number of windows that require cleaning. The successful bidder will be required to clean all windows on buildings identified regardless of the window count. BUILDINGS APPROXIMATE NUMBER OF WINDOWS Community Living Center (Bldg. 135) 619 PROTECTION OF GOVERNMENT PROPERTY: During work execution, the Contractor shall take special care to protect Government property including interior and exterior buildings, furniture, walls, baseboards, and other surfaces. Damage resulting from Contractor operations shall be repaired by the Contractor, including painting, refinishing, or replacement (if necessary), at no additional cost to the Government. Contractor shall be responsible to meet all OSHA/Safety requirements in the performance of the work. This shall include but not be limited to taking all the necessary precautions to protect the patients, visitors and/or staff at each location. Contractor shall be held responsible for any injuries and/or damage, which may be caused because of the Contractors failure to adhere to these requirements. N. WORK AREA SAFETY: The following list includes most, but not all, of the hazards that may be encountered while completing the conditions of the window cleaning contract. Contractors must ensure the safety of all personnel in and around the work area. Falling Environment (weather) Equipment condition Ground obstacles Overhead obstacles Suspension rigging and anchor points Electrical supply lines All above ground level work must have a minimum distance of 10 feet cordoned off for safety reasons. Above groundwork must be approved in advanced by the COR. CONTRACTING OFFICE ADDRESS: VISN 2 Network Contracting Office Albany Stratton VA Medical Center 113 Holland Ave Albany, NY 12208 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2020) Solicitation number for this requirement as 36C24221Q1138; The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description 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 the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; 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; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); 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 solicitation provisions are included as addenda to FAR 52.212-1: 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 (Aug 2020) 52.204-22 Alternate Line Item Proposal (JAN 2017) 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), applies to this acquisition. Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Technical Capability is more important than past performance and price. However, price will become significantly more important as technical capability approach equality. All sub-factors under technical capability are of equal importance. Past performance is less important than price. The Government may perform a comparative evaluation (comparing offers to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The government shall evaluate information based on the following evaluation criteria. Evaluation Factors: (1) Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. a) Technical Proficiency: Contractor shall submit a proposal that demonstrates its understanding of the requirement in accordance with the Statement of Work and the extent to which potential risks are identified and mitigated. Contractor shall include names of key personnel for prime and subcontractors. Contractor shall provide an anticipated proposed schedule to perform exterior window washing, based on schedule of SOW. b) Contractor Experience: The offeror shall provide 3-5 instances of past-experience of similar scope within the past 5 years. The contractor shall be a firm regularly engaged in regularly engaged in exterior window washing similar to those found at the facility. 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. (2) Past performance: Contractor must provide three references for contract of similar scope and magnitude to be evaluated. 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 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. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2021) 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) FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 applies to this acquisition. The following clauses are incorporated into Addendum to FAR 52.212-4, 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) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds (APR 1984) 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. - 852.232-72 Electronic Submission of Payment Requests. - 852.270-1 Representatives of Contracting Officers. 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2021) The following subparagraphs of FAR 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class: 11360 Monetary Wage-Fringe Benefits: $23.48 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 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. See attached Wage Determination (xiv) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent ONLY to Levi Russin at Levi.Russin@va.gov This is a Total Small Business Set Aside for Exterior Window Washing services 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:"" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00pm on 07/26/2021 at Levi.Russin@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Request for information (RFI) shall be received no later than 12:00pm on 7/20/2021. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist Levi Russin at Levi.Russin@va.gov. All communication shall have RFQ number and requirement title in the subject line. Point of Contact Levi Russin, Contract Specialist Levi.Russin@va,gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fefdf129e44349abadd009b4069f59bf/view)
- Place of Performance
- Address: VA New Jersey Lyons VA Medical Center 151 Knollcroft Road, Lyons 07939
- Zip Code: 07939
- Zip Code: 07939
- Record
- SN06061015-F 20210716/210715201646 (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 |