SOLICITATION NOTICE
S -- New Base+4-Trash & Construction Debris
- Notice Date
- 8/30/2023 11:25:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24723Q0407
- Response Due
- 9/8/2023 8:00:00 AM
- Archive Date
- 10/08/2023
- Point of Contact
- gail.bargaineer2@va.gov, Gail Bargaineer, Phone: 404-321-6069
- E-Mail Address
-
Gail.Bargaineer2@va.gov
(Gail.Bargaineer2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 60 of 70 This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. Solicitation 36C24723Q0407 is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2023-01, dated 12-30-2022. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be registered and active in the System for Award Management (www.SAM.gov) and SBA verified SDVOSB Veteran Small Business Certification SBA Veteran Small Business Certification (sba.gov) concern verified at the date and time set for receipt of offers. An Offeror, who is not SAM registered or SBA Vet Cert verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The applicable e NAICS Code for this solicitation is 562119, Small Business Size Standard $47.0 Million. Applicable wage determination WD # 2015-4465 Revision No.: 22 Dated 08/07/2023 is incorporated. Contractor shall provide quote for onsite waste services at the Charlie Norwood VAMC (3) three 30 or 40 cubic yard roll-off type container suitable to hold construction waste services with a base plus (4) four option years. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO __________________ __________________ Vendor shall provide onsite at the Charlie Norwood VAMC one (1) 30 and one (1) 30 or preferred 40 cubic yard roll-off type container suitable to hold construction waste. There will be one (1) container remain on site at 800 Baile Drive, Charlie Norwood VAMC, Augusta, GA 30901 and one (1) container at 1 Freedom Way, GA 30904 on continuous basis. Contract Period: Base POP Begin: 12-31-2023 POP End: 03-30-2024 0002 20.00 JB __________________ __________________ Load pick-up fees for 30 or 40-yards roll-off Contract Period: Base Year POP Begin: 12-31-2023 POP End: 12-30-2024 0003 100.00 TN __________________ __________________ Disposal charge (estimated tonnage) per month Contract Period: Base POP Begin: 12-31-2023 POP End: 12-30-2024 1001 12.00 MO __________________ __________________ Vendor shall provide onsite at the Charlie Norwood VAMC three (3) 30 or 40 cubic yard roll-off type container suitable to hold construction waste. There will be one (1) 30 container remain on site at 800 Baile Drive, Charlie Norwood VAMC, Augusta, GA 30901 and two (2) containers at 1 Freedom Way, GA 30904 on continuous basis. Contract Period: Option 1 POP Begin: 12-31-2024 POP End: 12-30-2025 1002 20.00 JB __________________ __________________ Load pick-up fees for 30- or 40-yards roll-off Contract Period: Option 1 POP Begin: 12-31-2024 POP End: 12-30-2025 1003 100.00 TN __________________ __________________ Disposal charge (estimated tonnage) per month Contract Period: Option 1 POP Begin: 12-31-2024 POP End: 12-30-2025 2001 12.00 MO __________________ __________________ Vendor shall provide onsite at the Charlie Norwood VAMC three (3) 30 or 40 cubic yard roll-off type container suitable to hold construction waste. There will be one (1) 30 container remain on site at 800 Baile Drive, Charlie Norwood VAMC, Augusta, GA 30901 and two (2) containers at 1 Freedom Way, GA 30904 on continuous basis. Contract Period: Option 2 POP Begin: 12-31-2025 POP End: 12-30-2026 2002 20.00 JB __________________ __________________ Load pick-up fees for 30- or 40-yards roll-off Contract Period: Option 2 POP Begin: 12-31-2025 POP End: 12-30-2026 2003 100.00 TN __________________ __________________ Disposal charge (estimated tonnage) per month Contract Period: Option 2 POP Begin: 12-31-2025 POP End: 12-30-2026 3001 12.00 MO __________________ __________________ Vendor shall provide onsite at the Charlie Norwood VAMC three (3) 30 or 40 cubic yard roll-off type container suitable to hold construction waste. There will be one (1) 30 container remain on site at 800 Baile Drive, Charlie Norwood VAMC, Augusta, GA 30901 and two (2) containers at 1 Freedom Way, GA 30904 on a continuous basis. Contract Period: Option 3 POP Begin: 12-31-2026 POP End: 12-30-2027 3002 20.00 JB __________________ __________________ Load pick-up fees for 30- or 40-yards roll-off Contract Period: Option 3 POP Begin: 12-31-2026 POP End: 12-30-2027 3003 100.00 TN __________________ __________________ Disposal charge (estimated tonnage) per month Contract Period: Option 3 POP Begin: 12-31-2026 POP End: 12-30-2027 4001 12.00 MO __________________ __________________ Vendor shall provide onsite at the Charlie Norwood VAMC three (3) 30 or 40 cubic yard roll-off type container suitable to hold construction waste. There will be one (1) 30 container remain on site at 800 Baile Drive, Charlie Norwood VAMC, Augusta, GA 30901 and two (2) containers at 1 Freedom Way, GA 30904 on continuous basis. Contract Period: Option 4 POP Begin: 12-31-2027 POP End: 12-30-2028 4002 20.00 JB __________________ __________________ Load pick-up fees for 30- or 40-yards roll-off Contract Period: Option 4 POP Begin: 12-31-2027 POP End: 12-30-2028 4003 100.00 TN __________________ __________________ Disposal charge (estimated tonnage) per month Contract Period: Option 4 POP Begin: 12-31-2027 POP End: 12-30-2028 GRAND TOTAL: Base and all option years (CLINs 0001, 1001, 2001, 3001, 4001) __________________ Description of Requirement: The contractor shall provide onsite at the Charlie Norwood VAMC (3) three 30 or 40 cubic yard roll-off type container suitable to hold construction waste. There will be (2) two containers that will remain on site at 800 Baillie Drive, Charlie Norwood VAMC, Augusta, GA 30901 and (1) one at Freedom Way, Augusta, GA 30904 on a continuous basis. The pick-up and dumping shall be scheduled by Charles Davis or designee. Performance Work Statement (PWS) Trash-Pickup and Construction Debris GENERAL INFORMATION Purpose: To provide (3) three 30-yard or 40-yard containers and removal services for trash and construction debris at the Charlie Norwood VA Medical Center (CNVAMC). The Uptown Division is located at 1 Freedom Way, Augusta, GA 30904 to the Charlie Norwood VA Medical Center Augusta, GA, Downtown Division at 950 15th Street. Background: CNVAMC serves Veterans at both hospital divisions. These containers are used to collect trash and construction debris from ongoing projects or maintenance and repairs. Scope of Work: Contractor shall provide all necessary labor, transportation, materials, tools, supplies, supervision, incidental engineering equipment and management necessary to provide (3) three 30-yard containers, pick-up, and disposal services as outlined in this performance work statement (PWS). Performance Period: The performance period will be one base year with four 1-year options to renew. Base Year 31 December 2023 30 December 2024 1st Option Period 31 December 2024 30 December 2025 2nd Option Period 31 December 2025 30 December 2026 3rd Option Period 31 December 2026 30 December 2027 4th Option Period 31 December 2027 30 December 2028 Hours of Service: Work is to be done between the hours of 7:00a.m. and 4:30p.m. (unless special arrangements are made in advance), Monday through Friday, excluding holidays. Federal Holidays New Year s Day January 1st Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11th Thanksgiving Day Last Thursday in November Christmas Day December 25th Type of Contract: The contract will be a Firm-Fixed-Price contract. GENERAL REQUIREMENTS 1. SCOPE OF WORK: Vendor shall provide onsite at the Charlie Norwood VAMC (3) three 30 or 40 cubic yard roll-off type container suitable to hold construction waste. There will be (2) two containers that will remain on site at 800 Baillie Drive, Charlie Norwood VAMC, Augusta, GA 30901 and (1) one at Freedom Way, Augusta, GA 30904 on continuous bases. The pick-up and dumping shall be scheduled by Charles Davis or designee. Method of scheduling is by call being placed to the vendor by Charles Davis or designee. Upon vendor receiving a call for pick-up, the container shall be picked-up, dumped at an approved site and returned to the Medical Center and placed in the designated location. The container shall be dumped and returned the same day. 2. REPORTING: Vendor shall report to Mr. Charles Davis (706)733-0188 extension 3358/James Jarriel extension. 3356, Building Supervisor for pick-up and delivery coordination. 3. PERFORMANCE: Vendor shall provide approved (3) three 30 0r 40 Cubic yard roll-off type container which holds and transports construction waste. The container will remain on site until full. Upon receiving a call from Charles Davis or designee, the vendor will dispatch a driver to pick-up the container, dump and return to the designated location. VA INFORMATION SYSTEM SECURITY/PRIVACY CLAUSE PER REVIEW OF VA HANDBOOK 6500.6, CONTRACT SECURITY, APPENDIX A- INFORMATION SECURITY AND PRIVACY CHECKLIST: The C&A requirements do not apply, and a Security Accreditation Package is not required. Acquisition of this service does not involve the storage, generating, transmitting, or exchanging of VA sensitive information to the vendor. There may exist exposure to VA sensitive information, in particular to sensitive personal information (SPI) while implementing contractual services. Minimum Statutory Requirements Prohibition on unauthorized disclosure: Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). See VA Handbook 6500.6, Appendix C, paragraph 3.a. Requirement for data breach notification: Upon discovery of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access, the contractor/subcontractor shall immediately and simultaneously notify the COR, the designated ISO, and Privacy Officer for the contract. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. See VA Handbook 6500.6, Appendix C, paragraph 6.a Requirement to pay liquidated damages in the event of a data breach: Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. Each risk analysis shall address all relevant information concerning the data breach, including the following: (1) Nature of the event (loss, theft, unauthorized access); (2) Description of the event, including: (a) date of occurrence; (b) data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code. (3) Number of individuals affected or potentially affected; (4) Names of individuals or groups affected or potentially affected; (5) Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; (6) Amount of time the data has been out of VA control; (7) The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); (8) Known misuses of data containing sensitive personal information, if any; (9) Assessment of the potential harm to the affected individuals; (10) Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and (11) Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification. (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports. (3) Data breach analysis. (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution. (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs (see VA handbook 6500.6, appendix c, paragraph 7.a, 7.d) INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the Contracting Officer s Representative (COR), and submitted electronically through OB-10. A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided. Total amount due INVOICING INSTRUCTIONS: General invoicing instructions are included here. Payment provided under the terms of this contract will be made Monthly in arrears for all services rendered and/or deliverables submitted and approved by the VA. GOVERNMENT INVOICE ADDRESS: TUNGSTEN (OB10) ELECTRONIC INVOICE SUBMISSION FSC e-INVOICE PROGRAM THROUGH AUSTIN PORTAL FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS Please include in all invoices the Contract/Purchase Order Number, or Task/Delivery Order Number. All invoices need to also be submitted using the same line-item format in the contract or order. Vendor Electronic Invoice Submission Methods: Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below. VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org. Vendor e-Invoice Set-up Information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below. Tungsten e-Invoice setup information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@tungsten-network.com VA TUNGSTEN Number: AAA544240062 FSC e-Invoice contact information: 1-877-353-9791 FSC e-Invoice email: vafsccshd@va.gov FSC Internet: http://www.fsc.va.gov/e-invoice.asp D. Flow down of requirements to Subcontractors 1. The Contractor shall incorporate the substance of this clause, its terms and requirements including this paragraph, in all subcontracts under this contract, and require written subcontractor acknowledgment of same. 2. Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. Non-personal Services Contract: No employer-employee relationship is created by an agency s use of private sector contractor-employees under these regulations. Services furnished by contractor-employees shall be performed by their employees who shall not be considered or treated as Federal employees for any purpose, shall not be regarded as performing a personal service, and shall not be eligible for civil service employee benefits, including retirement. Further, to avoid creating any appearance of such a relationship, agencies shall observe the following requirements: [5 CFR 330] VA Information and Information System Security/Privacy Requirements: 1. All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards, and VA policies, including the Privacy Act, 5 U.S.C. §552a, and VA personnel, regarding information and information system security. Contractors must follow policies and procedures outlined in VBA Directive 6300, VA Directive 6500, VA Directive 6500.6, VA Handbook 6500, Contract Security which are available at: http://wwwl.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place. Information Security: The Contractor shall not attempt to override or disable security, technical, or management controls unless expressly permitted to do so explicit under the contract or at the direction of the COR and/or Information Security Officer (ISO). If paper is discovered with personally identifiable information (PII) or sensitive personal information (SPI) on it while performing normal duties outlined in this contract, the Contractor should immediately take it to the COR or the ISO and communicate the following details: where the information was found and who finds it. PII is information, address, social security, etc.: SPI with respect to an individual, means any information about the individual maintained by an agency, including the following: (i) education, financial transactions, medical history, and criminal or employment history;(ii) information that can be used to distinguish or trace the individual s identity, including name, social security number, date and place of birth, mother s maiden name, or biometric records. The Contractor will not take VA sensitive information from the work- place without written authorization from the COR and the ISO. NOTE: Per VA Handbook 6500.6 Appendix A, the C&A requirements do not apply, and a Security Accreditation Package is not required. Period of Performance: Base Year of (12) twelve months from date of award with potential (4) four (12) twelve-month option periods. FOB Destination. FAR 52.212-1, Instructions to Offerors Commercial Items (NOV 2021), applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-26 Covered Telecommunications Equipment or Services- Representation (OCT 2020) 52.233-2 Service of Protest (SEPT 2006) 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Department of Veterans Affairs, Veterans Benefits Administration, Office of Acquisition, 1600 G Street, NW, Washington, DC 20006. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum FAR 52.212-1 Instructions to Offers- Commercial The Department of Veterans Affairs is soliciting quotes from SDVOSB vendors to provide onsite at the Charlie Norwood VAMC (3) three 30 or 40 cubic yard roll-off type container suitable to hold construction waste. There will be (2) two containers that will remain on site at 800 Baillie Drive, Charlie Norwood VAMC, Augusta, GA 30901 and (1) one at Freedom Way, Augusta, GA 30904 on a continuous basis. The government anticipates a single (all or none), firm fixed price award. Submission of Quotes: Quotes shall be received on or before the date and time specified. Quotes must be emailed to gail.bargaineer2@va.gov and offerors shall ensure the Quote Format is followed and submitted electronically by email to the Contracting Specialist, Gail Bargaineer @ (gail.bargaineer2@va.gov) September 8, 2023 @7AM EST. There will be no exceptions. 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. All line items in the Price Schedule must include a price. Pricing must be submitted separately from your quote. Firm, fixed pricing for each line item is required. All fillable documents are required for submission. Submission of VAAR 852.219-75 certification filled out is required. Offerors must submit recent and relevant past performance history that is similar to the work in the Combined Synopsis Performance Work Statement (PWS). Site Visit: A site visit to the Charlie Norwood VA Medical Center and the additional sites are at the Contractors request to conduct a joint walkthrough of the facility with the COR to discuss all tasks related to the PWS. Contractors are to contact the COR directly to schedule the site visit on the following dates: TBD. Submission of Quotes: Company Full Name, Address and Telephone Number of point of contact. b. Cage Code, SAM UEI Number, Duns Number and Tax Identification Number c. Include completed SECTION V PRICE/COST SCHEDULE d. Written statement limited to two pages or less demonstrating the offeror has the required technical capability, experience, and past performance. e. VAAR 852.219-75 certification are a submission requirement and shall be submitted electronically. f. An Offeror must be SDVOSB Verified (reference VAAR 852.219-73) at time of quote submission and at time of award. g. An Offeror is required to be Registered in the System for Award Management (SAM) (52.204-7) when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract resulting from this solicitation. h. Offerors must submit 3 references Past Performance Evaluation Worksheet (Attachment B: Past Performance Questionnaire). i. Questions: Questions shall be submitted to the Contracting Specialist 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 September 4, 2023@9AM EST. Questions received after this date and time may not be answered. There will be no exceptions. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. To be considered for award prospective offerors must be registered and active in the System for Award Management (www.SAM.gov) and SBA verified SDVOSB Veteran Small Business Certification SBA Veteran Small Business Certification (sba.gov) verified at the date and time set for receipt of offers. An Offeror, who is not SAM registered or SBA Vet Cert verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. (End of provision) ix. FAR 52.212-2, Evaluation Commercial Items (NOV 2021), applies to this solicitation. BASIS FOR AWARD: This requirement will be competed and awarded under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The contracting techniques associated with FAR Part 15 do not apply. The Government will make an award to the responsible Offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to compare what has been quoted to one another to select the quote that is best suited to fulfill the requirement. The evaluation factors outlined in this request for quote will determine suitability. Technical, Experience and past performance when combined are more important than price. The Government will award a contract resulting from this solicitation to the responsive, responsible Vendor in accordance with FAR 9.104-1 and whose quote conforms to the solicitation, and provides the best value to the Government, price and other non-price factors considered. Evaluation Approach. The non-price factor are more important than price. As such, the Government reserves the right to make an award to other than the lowest priced quoter if it is in the government s best interest to do so. Since award may be made to the Vendor with other than the lowest price, price is not necessarily the determining factor. The following factors shall be used to evaluate quotes: Technical Capability. The technical capability rating reflects the degree to which the proposed approach has demonstrated the ability to perform grounds maintenance services as required by the solicitation. The technical evaluation rating will be determined by evaluating the following: Vendors shall submit documentation illustrating a clear description of the management methodology that will be used for executing the effort described in the SOW. This description shall include: (1) Identifying key personnel and their experience/qualifications (2) Details of the vendor s internal quality assurance plan Experience. The basis of evaluation under this factor will be focused on the firm s experience in performing recent contracts and/or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar grounds maintenance services were successfully provided. Only quotes that demonstrate relevant experience with providing similar grounds maintenance services shall be eligible for award. Government and commercial sources will be accepted. The Contractor must regularly offer and engage in providing similar grounds maintenance services as described in this solicitation. Past Performance. The past performance evaluation will be accomplished by reviewing aspects of a Vendors recent and relevant past performance. The Vendor shall submit past performance information that is both recent (within the past three (3) years) and relevant (similar in size, scope, and complexity to the requirement being procured), if applicable. Recent and relevant past performance shall be discussed for the prime contractor and/or any major team members or teaming partners proposed to support this contract. The Vendor is provided an opportunity to submit a list of no more than three (3) of the Vendor s most recent and relevant past performance information on projects: similar in size, scope, and complexity to the requirement being procured under this solicitation, performed for Government agencies and/or commercial customers within the last three (3) years from the solicitation release date. The past performance submittals shall include (when applicable): Contract Number, Contracting Officers (CO): Name, Phone number and Email address, Contracting Officers Representatives (COR): Name, Phone number and Email address, Non-Government Points of Contact (if applicable), Total Contract Value at time of award and final price after any/all modifications, Initial Period of performance (POP) and final POP after any/all modifications, Narrative describing the requirement and reason for any modifications which effected price or performance period. The Government reserves the right to obtain past performance data from other sources than those identified by the Vendor in evaluating past performance. In the case of a Vendor without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Vendor may not be evaluated favorably or unfavorably on past performance. Therefore, the Vendor shall be determined to have unknown past performance. In the context of confidence, the Vendor will be evaluated as Unknown Confidence and shall be considered neutral. Price. The Vendor is required to quote a fully burdened fixed price for the CLIN structure as shown in Section v. Insert the quoted unit and extended prices in Contract Line-Item Number (CLIN) 0001 through 4003. All unit prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458. The Government shall evaluate price to determine if it is considered fair and reasonable in accordance with FAR Part 13.106-3. Options. The Government will consider 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). This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total pr...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5dcae056c0424fdba5b43c4a12fc4910/view)
- Record
- SN06812640-F 20230901/230830230051 (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 |