SOLICITATION NOTICE
S -- *NEW REQUIREMENT* WINDOW CLEANING SERVICES
- Notice Date
- 8/19/2024 8:04:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24524Q0776
- Response Due
- 8/27/2024 7:00:00 AM
- Archive Date
- 09/19/2024
- Point of Contact
- Robert O'Keefe Jr., Contracting Officer, Phone: 410-642-2411 x 25481
- E-Mail Address
-
robert.okeefejr@va.gov
(robert.okeefejr@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 6 of 6 Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 1 of 6 1. Introduction: A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for 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 will not be issued. B. This solicitation is set aside for competition among Service-Disabled Veteran Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, with a small business size standard of $22 million. C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2023-04 and VAAR Update 2008-36. The full text of the provisions and clauses can be obtained from the following websites: https://www.acquisition.gov/browse/index/far and http://www.va.gov/oal/library/vaar/. 2. Responding to this solicitation. Offeror must submit its quote via email to Robert.okeefejr@va.gov. Offeror must provide the following information with its quote: A. Offeror s legal entity name, address, SAM Unique Entity Identifier (UEI) number; B. GSA contract number if you have one. Please make it clear in your response that you do/do not have a GSA Contract to provide the window washing services. B. Information that demonstrates your company s technical capability performing Window Washing services in accordance with the attached Statement of Work for VHA medical centers or other government entities. C. Information that demonstrates your company s past performance performing similar, relevant services. D. Completed Price Schedule: Note Schedule can be found at the bottom page of the Statement of Work. Please provide your price to complete the total job at all three locations: Perry Point Maryland 21902, Baltimore Maryland 21201, and Loch Raven 21218 E. Acknowledgement of the attached Wage Determination: Perry Point Maryland 21902, Baltimore Maryland 21201, and Loch Raven 21218 3. Date & time quotes are due: Tuesday August 27, 2024, at 10:00 AM Eastern. Late Submission WILL NOT be accepted. **IMPORTANT** - There will be a site visit conducted for each location. Due to the nature of this work, varying building sizes, locations, parking, etc. It is highly suggested that any potential vendor attends the site visits at each location. The site visit days and times: Monday August 19, 2024 8:00am Loch Raven VAMC, Herman Miller, Assistant Chief EMS 9:30am Baltimore VAMC, Antonio Rowe Assistant Chief EMS 1:00pm Perry Point VAMC, Rodney Conrad Assistant Chief EMS NOTE: If you plan to attend, please email the Contracting Officer: Robert O Keefe Jr. Robert.okeefejr@va.gov with business name, point of contacts, contact information, locations you plan to attend, etc. all information necessary that we can forward to the medical centers to identify your representatives and company. 4. Award Methodology: The Government IAW FAR 13.106-2(b)(4)(ii) shall award to the contractor whose quote is deemed the lowest price technically acceptable (LPTA). 5. Description of Work: Contractor shall provide all resources necessary for performing window washing cleaning requirements outlined in the attached Statement of Work (SOW). See the attached SOW for all details. 6. The provision at 52.212-1, Instructions to Offerors Commercial Services (MAR 2023), applies to this acquisition, including the following addenda: 52.204-7, System for Award Management (OCT 2018); 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); 52.209-7, Information Regarding Responsibility Matters (OCT 2018); 52.233-2, Service of Protest (SEPT 2006). Fill-in information: the Contracting Officer at Robert.okeefejr@va.gov; 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); and 852.233-71, Alternate Protest Procedure (OCT 2018). 7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. 8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), applies to this acquisition, including the following addenda: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020); 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.204-13, System for Award Management Maintenance (OCT 2018); 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021); 852.201-70, Contracting Officer s Representative (DEC 2022); 852.203-70, Commercial Advertising (MAY 2018); 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION); 52.228-5 Insurance Work on a Government Installation (Jan 1997) Supplemental Insurance Requirements 852.232-72, Electronic Submission of Payment Requests (NOV 2018); and 852.242-71, Administrative Contracting Officer (OCT 2020). 9. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JUN 2023), applies to this acquisition, including the additional FAR clauses cited in the clause: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); 52.204-14, Service Contract Reporting Requirements (OCT 2016); 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020); 52.219-8, Utilization of Small Business Concerns (OCT 2022); 52.219-14, Limitations on Subcontracting (OCT 2022); 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) 52.219-28, Post Award Small Business Program Representation (MAR 2023); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (JUN 2020); 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); 52.222-37, Employment Reports on Veterans (JUN 2020); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (NOV 2021); 52.222-54, Employment Eligibility Verification (MAY 2022); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 52.222-41, Service Contract Labor Standards (AUG 2018); Note: The contract is subject to the Service Contract Labor Standards. The Contractor shall be responsible for the correct title classification of workers and applicable labor/wage laws. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022). 10. 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:"" (Quoters shall list exception(s) and rationale for the exception(s), if any.) See attached document: S02_Window Washing FY24 SOW. See attached document: S02_Baltimore Wage Determination. See attached document: S02_Cecil Wage Determination.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/55a8d476fb04411399f3bfb4ba7d8c92/view)
- Place of Performance
- Address: See Statement of Work For All Details and Locations 21902, USA
- Zip Code: 21902
- Country: USA
- Zip Code: 21902
- Record
- SN07175832-F 20240821/240819230115 (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 |