United States - S--FY20 New - Midwest District - Black Hills Natl Cemetery - Janitorial services

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
23 August 2019
Opportunity publication date
04 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 03, 2019 1:31 pm

RFQ FOR COMMERCIAL ITEMS

GENERAL INFORMATION

Document Type: Combined Synopsis Solicitation

Solicitation Number: 36C78620Q0014

Post Date: 08/03/2019

Original Response Date: 08/23/2019 at 12:00 pm

Applicable NAICS: 561720

Classification Code: S201

Set Aside Type: Service Disabled Veteran Owned Small Business

Period of Performance: Date of Award September 30, 2020 with (4) one-year options if exercised

Issuing Contracting Office: Department of Veterans Affairs

National Cemetery Administration, Contract Services

75 Barrett Heights Rd., Suite 309

Stafford, VA 22556

Place of Performance: Black Hills National Cemetery

20901 Pleasant Valley Drive

Sturgis, SD 57785

Attachments: A Wage Determination No. 2015-5367, Revision 10

B Performance Work Statement

C Past Performance Questionnaire

D List of References

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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78620Q0014.

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-03 Effective July 12, 2019.

This is a 100% set-aside for Service Disabled Veteran Owned Small Business

The applicable North American Industrial Classification System (NAICS) code for this procurement is 561720, with a business size standard of $18.0 million.

This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.

The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Requirements Contract.

Scope: The contractor shall be responsible for providing janitorial services at Black Hills National Cemetery.

PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide janitorial services at Black Hills National Cemetery located in Sturgis, SD 57785 following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, terms and conditions contained in this solicitation.

The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly.

Provide all necessary labor, materials, supplies, tools and equipment (to include Safety Data Sheets) to perform janitorial services at Black Hills National Cemetery in Sturgis, SD for the period October 1, 2019 through September 30, 2020 (base period) with four (4) 1-year options to extend the term of the contract, if exercised through September 30, 2024, in accordance with all terms, conditions, and specifications contained in this contract:

Base Year (1 October 2019 through September 30, 2020)

CLIN

DESCRIPTION

EST. QTY.

UNIT

UNIT PRICE

TOTAL

0001

Daily Janitorial services in accordance with the attached Statement of Work. (SOW)

12

MO

$

$

0002

Semi-annual Janitorial services in accordance with the attached Statement of Work. (SOW)

2

EA

$

$

0003

Monthly Janitorial services in accordance with the attached Statement of Work. (SOW)

12

MO

$

$

TOTAL CONTRACT PRICE FOR BASE PERIOD: $______________________

Option Year 1 (October 1,2020 through September 30, 2021)

CLIN

DESCRIPTION

EST. QTY.

UNIT

UNIT PRICE

TOTAL

1001

Daily Janitorial services in accordance with the attached Statement of Work. (SOW)

12

MO

$

$

1002

Semi-annual Janitorial services in accordance with the attached Statement of Work. (SOW)

2

EA

$

$

1003

Monthly Janitorial services in accordance with the attached Statement of Work. (SOW)

12

MO

$

$

TOTAL CONTRACT PRICE FOR BASE PERIOD: $______________________

Option Year 2 (October 1, 2021 through September 30, 2022)

CLIN

DESCRIPTION

EST. QTY.

UNIT

UNIT PRICE

TOTAL

2001

Daily Janitorial services in accordance with the attached Statement of Work. (SOW)

12

MO

$

$

2002

Semi-annual Janitorial services in accordance with the attached Statement of Work. (SOW)

2

EA

$

$

2003

Monthly Janitorial services in accordance with the attached Statement of Work. (SOW)

12

MO

$

$

TOTAL CONTRACT PRICE FOR BASE PERIOD: $______________________

Option Year 3 (October 1,2022 through September 30, 2023)

CLIN

DESCRIPTION

EST. QTY.

UNIT

UNIT PRICE

TOTAL

3001

Daily Janitorial services in accordance with the attached Statement of Work. (SOW)

12

MO

$

$

3002

Semi-annual Janitorial services in accordance with the attached Statement of Work. (SOW)

2

EA

$

$

3003

Monthly Janitorial services in accordance with the attached Statement of Work. (SOW)

12

MO

$

$

TOTAL CONTRACT PRICE FOR BASE PERIOD: $______________________

Option Year 4 (October 30,2023 through September 30, 2024)

CLIN

DESCRIPTION

EST. QTY.

UNIT

UNIT PRICE

TOTAL

4001

Daily Janitorial services in accordance with the attached Statement of Work. (SOW)

12

MO

$

$

4002

Semi-annual Janitorial services in accordance with the attached Statement of Work. (SOW)

2

EA

$

$

4003

Monthly Janitorial services in accordance with the attached Statement of Work. (SOW)

12

MO

$

$

TOTAL CONTRACT PRICE FOR BASE PERIOD: $______________________

Subtotals

BASE PERIOD AMOUNT

$

OPTION YR 1 AMOUNT

$

OPTION YR 2 AMOUNT

$

OPTION YR 3 AMOUNT

$

OPTION YR 4 AMOUNT

$

Total Aggregate Contract Price (Base and All Options)

$

Note: Offerors will include a price for all Contract Line Item Number (CLIN s). Failure to submit a price for all items will be cause for rejection of offer.

Services to be Provided: See Attachment B Statement of Work

SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Black Hills National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements:

Terry Corkins, Director; Phone: 605-347-3830

Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 08/23/2018. Responses to this announcement will result in a Firm-Fixed Price Requirements Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov.

All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone.

Quote Format and Submission Information:

Quotes must be submitted on company letterhead. Commercial format is encouraged. All quotes shall include the following information as part of their quote:

Legal Business/Company Name (as listed in www.sam.gov)

DUNS Number

Point of Contact Name

Telephone number

Email Address

-Pricing shall be submitted as requested in the Schedule of Supplies/Services

-Technical Package for Evaluation

-Past Performance Questionnaire (Attachment C)

-List of References (Attachment D)

Quotes shall be submitted via email or via mail to the following addresses:

Email: john.carlock@va.gov

Mail: 575 N. Pennsylvania Street

Midwest District, Suite 495

Indianapolis, IN 46204

For quotes mailed, quotes shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration.

Questions pertaining to this announcement shall be sent by email to: john.carlock@va.gov . Telephone inquiries will not be accepted.

Evaluation Process:

The Government intends to award a firm fixed price, Requirements contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole.

Quotes will be evaluated by performing a direct comparison of one quote with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced quote that provides additional benefits. The government also has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government.

The following factors shall be used to evaluate quotes:

Pricing: The sum of all the CLINs, to include options, will represent the total evaluated price. Quoted price must be determined to be fair and reasonable to be eligible for award.

Fair and Reasonable Determination

A fair and reasonable price determination will be made through any combination of the following methods:

Comparison of quoted prices received in response to the solicitation.

Comparison of previously quoted prices and previous Government and commercial contract prices with current quoted prices for like items.

Use of parametric estimating methods/application of rough yardsticks to highlight significant inconsistencies that warrant additional pricing inquiry.

Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements.

Comparison of quoted prices with independent Government cost estimates.

Comparison of quoted prices with prices obtained through market research for the same or similar items.

Analysis of pricing information provided by the offeror.

Because below-cost prices are not inherently improper, when vendors are competing for award of a fixed-price contract, vendors are given notice that a business decision to submit a low-priced quotation may be considered as reflecting on their understanding of the contract requirements or the risk associated with their approach.

Quoters are cautioned against submitting a quote that contains unbalanced pricing. Unbalanced pricing exits when, despite an acceptable total evaluated price, the price of one or more contract line items for the base and or option years is significantly overstated or understated as indicated by the application of analysis techniques. Quotes that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government.

Technical Acceptability

Qualification of all Personnel (training, experience, certifications)

Sufficient Personnel/Equipment- list of all equipment to be utilized in this contract as well as staffing and the tasks they will perform, number of total persons to be working

Equipment List

List of proposed supplies

List of Subcontractors business names (if being used) and the tasks and/or CLINS they will perform

Write up detailing the technical methods and management of completing contract tasks

Amount of time estimated to complete each CLIN

Number of employees you expect a daily cycle requires

What is the plan to cover/correct employee absences, vacations and low staffing levels?

Information will be evaluated on it demonstrating an understanding of the work requirements (Adequate Performance Plan)

Only restating the SOW and/or not detailing the number of subcontractor s laborers and exactly the work they will be doing may lead to your proposal being considered non-responsive and not considered further.

Past Performance (CPARS, Past Performance Questionnaire, and additional information the Contracting Officer may obtain that speaks to the contractor s level of experience in this field)

SDVOSB Status verification in CVE

Quote Contents:

-Pricing shall be submitted as requested in the Schedule of Supplies/Services.

-Technical Package for Evaluation (a redacted copy of the technical quote removing ALL company names and identifiable information is REQUIRED) ..a quote may be considered non-responsive if a redacted copy of the technical quote is not received and therefore may be removed from further consideration for award.

The following shall be included as part of the quotes submission(See Technical Acceptability Above) :

Experience of company and subcontractors anticipated to perform work under this contract

Managerial & Technical Qualifications of key personnel

Qualifications of any proposed sub-contractors and the percentage of work they will be performing.

-Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: john.carlock@va.gov no later than the solicitation s closing date and time. The references chosen by the quoter should be selected based on past projects of the same or similar work.

In addition to the past performance questionnaires, the quoter is responsible for providing a completed copy of the List of References (Attachment D) to the contracting officer. The completed list of references shall be included with the quoters submission.

Solicitation Provisions and Contract Clauses

The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

https://www.va.gov/oal/library/vaar/

The following solicitation provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors Commercial Items (Aug 2018)

VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008)

VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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.

The following solicitation clauses apply to this acquisition:

The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition.

Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017):

FAR 52.208-9 Contractor Use of Mandatory Sources of Supply or Services (May 2014)

FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019)

FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $2,500.00 | $10,000.00| 30 days)

FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019)

FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days)

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

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

FAR 52.237-3 Continuity of Services (Jan 1991)

VAAR 852.203-70 Commercial Advertising (Apr 2018)

VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018)

VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012)

VAAR 852.237-70 Contractor Responsibilities (Apr 1984)

The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9).

(c)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)

Employee Class

Monetary Wage Fringe Benefits

WG 2

$11.58 + $4.48

End of Document

Opportunity closing date
23 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs National Cemetery Administration 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?