United States - R--Shredding - St Petersburg - TIERED EVALUATIONS

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 May 2019
Opportunity publication date
26 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 25, 2019 3:03 pm

36C10E19Q0135, Shredding Services, St. Petersburg, FL VBA Regional Office

COMBINED SYNOPSIS SOLICITATION

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; quotes are being requested and a written solicitation will not be issued. The government anticipates award of a single firm fixed price contract. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.

ii. Solicitation 36C10E19Q0135 is issued as a request for quote (RFQ).

iii. The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01, effective Dec 20, 2018.

iv. The combined synopsis/solicitation is UNRESTRICTED with TIERED EVALUATIONS FOR SMALL BUSINESS CONCERNS. The applicable NAICS Code for this solicitation is 561990 All Other Support Services and the Small Business Size limitation is $11.0 M.

v. The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to provide secure shredding and disposal services for the St. Petersburg, FL Regional Office.

vi. Description of Requirement

Please see the attached Statement of Work (SOW) for details.

vii. Period of Performance: Contractor to empty 20 each Government owned 30-gallon containers to be used for dumping paper and other materials, in accordance with the Statement of Work. Services shall commence within calendar days of award through 365 days from the date of award. Each option year will be annually after the completion of the base year.

vii. FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018), applies to this solicitation. The following provisions are added as addenda:

52.204-7 System for Award Management. (Oct 2018)

52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)

52.217-5 Evaluation of Options (JUL 1990)

52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998)

852.270-1 Representatives of Contracting Officers (JAN 2008)

(End of Addendum to 52.212-1)

viii. FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this solicitation.

Offers will be evaluated as follows:

Criteria: The Government will evaluate quotes submitted in response to this solicitation based on TIERED EVALUATIONS INCLUDING SMALL CONCERNS with consideration of the following factors: Price, Experience/Qualifications and Past Performance. Included with each Contractor s quote, the Contractor is to provide a written statement limited to two pages or less demonstrating how the Contractor has the required Experience/Qualifications needed to successfully perform this requirement. QUOTES AT A LOWER TIER SHALL NOT BE EVALUATED OR CONSIDERED FOR AWARD UNLESS AWARD CANNOT BE MADE AT A HIGHER (OR PRECEDING) TIER.

The Tier Evaluation process is as follows:

Evaluate the quotes, if any, submitted by SDVOSB concerns. If no quotes are submitted by SDVOSB concerns, or if none of the SDVOSB s quotes result in award at a fair and reasonable price that offers best value to the U.S. Department of Veterans Affairs then, the evaluation shall proceed to the next tier set aside for VOSB concerns as follows:

Evaluate the quotes, if any, submitted by VOSB concerns. If no quotes are submitted by VOSB concerns, or if none of the VOSB s quotes result in award at a fair and reasonable price that offers best value to the U.S. Department of Veterans Affairs then, the evaluation shall proceed to the next tier set aside for Small Business concerns as follows:

Evaluate the quotes, if any, submitted by small business concerns. This is the final tier under this Evaluation sequence.

Note that offers from SDVOSB or VOSB concerns must be registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time and date set for receipt of offers and at the time and date of award to be considered for award. Offers from SDVOSB or VOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. **THIS ONLY APPLIES TO SDVOSB AND VOSB FIRMS**

The applicable NAICS Code for this solicitation is 561990 All Other Support Services and the Small Business Size limitation is $11.0 M. Small business vendors that do not meet this NIACS and Small Business Size limitation of shall be considered non-responsive and ineligible for award at the small business tier.

The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement to include the possible contract extensions under FAR Clause 52.217-8, Option to Extend Services. The Government will evaluate its option to extend services at FAR Clause 52.217-8 by adding six (6) months of the Offeror's proposed price for the final option period to the Offeror's total proposed price. The Government may determine that the quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Experience/Qualifications: The basis of evaluation under this factor will be focused on the firms experience in performing 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 two contracts where similar shredding services were successfully provided. Only quotes that demonstrate relevant experience with providing similar services will be eligible for award. Government and commercial sources will be accepted. The Contractor must maintain a suitably staffed and equipped service organization and must regularly offer shredding services. At the request of the Government, the Contractor shall demonstrate to the satisfaction of the Government that the Contractor has the necessary personal to adhere to the Statement of Work.

Past Performance. The Contractor shall provide at least one reference that corresponds with the relevant experience provided and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance.

Basis for Award: The Government shall make award to that quote that is found to be the lowest price and meets the Government s stated specifications, experience/qualifications and past performance requirements based upon the stated considerations above.

Submission of Offers:

1. Offers are due no later than May 21, 2019 by 12:00 PM EST.

2. Offers shall be submitted electronically to kevin.searles2@va.gov. The email subject line must contain the following: Quote in Response to 36C10E19Q0135, St Petersburg, FL Regional Office Shredding Services .

3. CONTRACTORS SHALL INCLUDE THE FOLLOWING INFORMATION IN THEIR BIDS TO RECEIVE FULL CONSIDERATION FOR AWARD:

Offers shall be based on the requirements of the solicitation, and must contain the following:

A cover page including the following information: Business Name, Socioeconomic category (i.e. SDVOSB, VOSB, Small Business, etc.), Address, DUNS Number, Name, Phone number, and email address for the Primary Point of Contact, Tax Identification Number (TIN), and any GSA contract number if applicable to this solicitation.

Acknowledgement of any amendments (if applicable).

Pricing. A completed price schedule in the format as provided in the attachment.

Detailed information showing the specifics of the proposed shredding services, to include, but not limited to the following:

The Contractor s owned and operated equipment produces crosscut, shred particles that meet or exceed the National Association for Information Destruction standard. (Contractors are invited to propose equipment that will crosscut the materials and achieve smaller cut specifications)

Contractor shall provide documentation demonstrating they are a member in good standing of the National Association for Information Destruction or, in the alternative, meet the requirements of VA Directive 6371, Destruction of Temporary Records, dated April 8, 2014.

As part of its offer, any offeror who will perform services under the resultant contract utilizing subcontractors shall provide in their bid the name, address, contact information, business type (i.e., small business, woman owned business, service-disabled veteran owned business, etc), and percentage of amount paid by the government to it that the offeror anticipates paying to said subcontractor in the performance of this contract.

Evidence of Successful Past Performance

Identify any federal, state and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or were completed with the past two years. Include the following information for each contract:

Company Name and Address;

Types of services performed;

Name, telephone number or e-mail address of responsible individuals who have firsthand knowledge of performance relative to the same type of services;

Dates of contract performance, and;

Total contract value

Past performance information is one indicator of an offeror s ability to perform the contract successfully. Current and relevant information, source of information, context of data, and general trends in Contractor s performance shall be considered as it pertains to the performance of work described in this solicitation. Offerors may provide information on problems encountered on identified contracts and the offeror s corrective action. The Government shall consider this information as well as information obtained from any other sources when evaluating the offeror s past performance.

Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance. However, the bid of an offeror with no relevant past performance may not represent the most advantageous bid to the Government

4. Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is May 6, 2019 by 12:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.

5. Amendments: If required, amendments to this solicitation will be posted at www.fedbizopps.gov (FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable.

ix. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (DEC 2016) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________.

x. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions clauses are added as addenda:

52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)

52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

52.252-2 Clauses Incorporated by Reference (FEB 1998)

852.203-70 Commercial Advertising (MAY 2018)

852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION)

852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION)

852.219-74, Limitations on Subcontracting. Subcontracting Commitments (JUL 2016) (DEVIATION)

52.217-8 -- Option to Extend Services (Nov 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

(End of Clause)

52.217-9 -- Option to Extend the Term of the Contract (Mar 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years, six months.

(End of Clause)

852.237-70 -- CONTRACTOR RESPONSIBILITIES (APR 1984)

The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of TEXAS. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.

(End of clause)

Subcontracting Commitments - Monitoring and Compliance

This solicitation includes VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.

852.232-72 Electronic Submission of Payment Requests (Nov 2018)

(End of Addendum to 52.212-4)

xi. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2019), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation:

Paragraph a clauses applicable:

(1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)

(2) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)

(3) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553).

(4) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)

Paragraph b clauses applicable:

(22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013)

(25) 52.222-3 Convict Labor (June 2003)

(26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2018)

(27) 52.222-21 Prohibition of Segregated Facilities (APR 2015)

(28) 52.222-26 Equal Opportunity (SEP 2016)

(30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)

(33)(i) 52.222-50 Combating Trafficking in Persons (JAN 2019)

(44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

(51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)

(58) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013)

52.233-2 -- Service of Protest

(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 Veterans Benefits Administration, Office of Acquisition, Services Contracting Team, Attn: Jorge Martin, 1800 G. Street N.W. 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.

(End of Provision)

Paragraph c clauses applicable:

(2) 52.222-41 Service Contract Labor Standards (AUG 2018)

(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)

(THIS IS NOT A WAGE DETERMINATION)

EMPLOYEE CLASS WAGE + FRINGE BENEFITS

Automotive Tech II - 05070 WG-8

(8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015)

(9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)

xii. Additional Contract Requirements or terms and conditions: None

xiii. Defense Priorities and Allocations Systems and assigned rating: N/A

xiv. Offers are due no later than May 21, 2019 by 12:00 PM EST. Offers shall be submitted electronically to kevin.searles2@va.gov. The email subject line must contain the following: Quote in Response to 36C10E19Q0135, Shredding Services, for St. Petersburg, FL VBA . Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered.

xv. For additional information, please contact the Contracting Officer, Kevin Searles (713) 203-2301, or via e-mail to kevin.searles2@va.gov.

Opportunity closing date
21 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Washington Regional Office United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?