Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
DOCUMENT

S -- Floor Care Services 614 - Attachment

Notice Date
12/14/2011
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24912Q0036
 
Response Due
1/13/2012
 
Archive Date
1/18/2012
 
Point of Contact
Monica Kinderknecht, Contract Specialist
 
E-Mail Address
Contract Specialist
(monica.kinderknecht@va.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The NAICS code is 561720 Janitorial Services, and the small business size standard is $16.5M. The award is a 100% small business set-aside. All responsible sources may submit a proposal which shall be considered. Award will be made on an all or none basis. The Government will award a firm fixed price contract. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. Overview of Requirement: The Department of Veterans Affairs, Veterans Health Administration, has a requirement for Floor Cleaning at VA Medical Center - Memphis, 1030 Jefferson Avenue, Memphis, Tennessee 38104. Award is for one (1) base year and four (4) option years. Please see the Attachment A for the Statement of Work. Format for Proposal: Part A Pricing: The offeror shall provide a unit price and a total price for each line item: CLIN 0001 Base Period: Janitorial Services for Floor Cleaning in accordance with the Statement of Work. Period of Performance February 01, 2012 through September 30, 2012 CLIN 0002 Option Period One: Janitorial Services for Floor Cleaning in accordance with the Statement of Work. Period of Performance October 01, 2012 through September 30, 2013. CLIN 0003 Option Period Two: Janitorial Services for Floor Cleaning in accordance with the Statement of Work. Period of Performance October 1, 2013 through September 30, 2014. CLIN 0004 Option Period Three: Janitorial Services for Floor Cleaning in accordance with the Statement of Work. Period of Performance October 1, 2014 through September 30, 2015. CLIN 0005 Option Period Four: Janitorial Services for Floor Cleaning in accordance with the Statement of Work. Period of Performance October 1, 2015 through September 30, 2016. Please show method and data used to develop firm fixed-price quote. Contractor will submit invoices on a monthly basis for performed services unless request is made for alternative invoicing. Part B Contractor Information: 1) Provide the name, title, telephone number, fax number, and email address of the point of contact. 2) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. Part C Technical Proposal: The page limit is 5. Do not include Part A Pricing or Part B Contractor Information in the Part C Technical Proposals. Technical Proposals shall include, but are not limited to: a. Overview and/or description of how they will meet the needs of The Department of Veterans Affairs, Veterans Health Administration as listed in the Statement of Work b. Names of staff, including licensing and/or certification. c. Provide three references for similar services for a similar entity within the past five years, government preferred: organization, point of contact name, phone number, email address, and contract value. The Government requests that Attachment B - Relevant Past Performance Questionnaire, be forwarded to no more than three (3) references, completed by your references, and returned by your references directly to Ms Monica Kinderknecht via fax (615) 225-6432, or email monica.kinderknecht@va.gov. Relevant past performance questionnaires should be received by 3: PM CST on January 6, 2012. Failure to omit may result in rejection of your proposal. Submit Proposal Parts A, B and C to Monica Kinderknecht via email only at Monica.kinderknecht@va.gov. If the email is greater than 3 MB, please send multiple emails. Late proposals will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Evaluation Criteria The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to evaluate the proposal on the following factors: (1) Price; (2) Technical Capability; and (3) Past Performance. Technical Capability and Past Performance, when combined, are more important than price. The government intends to award a firm fixed price contract to the responsible offeror with acceptable past performance, whose proposal, conforming to the solicitation as provided herein, is lowest in price. Site Visit If necessary, the offeror may arrange a site visit of the facility, requiring floor maintenance, by contacting Raymond Ricard at 901-523-8990 x5021 or by email at Raymond.ricard@va.gov. Contract Clauses: FAR 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 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). FAR 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 60 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 and six months. (End of Clause). FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.237-3 Continuity of Service (JAN 1991) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.228-71 Indemnification and Insurance (JAN 2008) VAAR 852.237-70 Contractor Responsibility (APR 1984) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) Solicitation Provisions: FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2011) Including: 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-13, 52.222-41, 52.232.34, 52.222-44. FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) FAR 52.216-1 Type of Contract (APR 1984) FAR 52.233-2 Service of Protest (SEP 2006) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternative Protest Procedure (JAN 1998) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2011) Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. ** The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. The Government reserves the right to award without discussion. Contracting Office Address: Department of Veterans Affairs, Veterans Health Administration, VISN 9 NCA 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129 Place of Performance: VAMC - Louisville 800 Zorn Avenue Louisville, Kentucky 40206 Point of Contact(s): Monica Kinderknecht, Contract Specialist, Phone (615) 225-6406, Fax (615) 225-6432, Email Monica.kinderknecht@va.gov ATTACHEMENT A STATEMENT OF WORK A. GENERAL: The contractor shall provide Floor Care services for VAMC Memphis to include furnishing all labor, supervision, management support, equipment, supplies and materials to provide stripping and refinishing of all corridors and waiting areas, and to maintain the floor care to include dust mopping and wet mopping the same areas on a routine basis. Total approximate square footage is 183,562 square feet for one (1) base year with four (4) option years for renewal. B.WORK HOURS: 1.Off tour Work Hours: 6p-6a Friday through Sunday. 2. National Holidays: The ten holidays observed by the Federal Government are: New Years Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. C. SPECIFICATIONS: 1. Building Security. a. Keys. The contractor shall be provided keys or allowed access to all housekeeping closets. Keys provided to the contractor shall not be duplicated. In the event a key is lost or duplicated, all locks and keys on that system shall be replaced by the Government. The contractor shall be responsible for the total cost involved in replacing keys and cores. The contractor shall be responsible for immediately reporting the occurrence of a lost key to the Contracting Officer Technical Representative (COTR) or his/her designee. b. Contractor employees shall not allow any unauthorized person the use of any key in their possession. All housekeeping closets are required to be locked shall not be left unattended during any floor work, and shall be relocked by contractor personnel after completing their duties. 2. Safety. a. The contractor shall display wet floor signs that have been approved by the COTR in all areas where housekeeping operations may cause traffic obstruction or personnel hazard. b. The cleaning of lobbies and corridors resulting in a temporary wet or slippery floor surface shall be accomplished so that it will not be necessary for personnel or patients to cross the wet surface to gain access to other areas (1/2 of the hallway or area at a time). The contractor must comply with all Life Safety Regulations. 3.Handling/Cleaning of VA Furniture/Equipment. (Make sure all functions performed at the location are included such as radiology, LAB etc.) a. Equipment that is plugged in for recharging shall not be unplugged. b. The contractor shall be responsible for moving and returning the furniture when cleaning it. c. All tasks accomplished by the contractor personnel shall be done so as to preclude damage or disfigurement of furniture and building structure. The contractor shall correct any damage caused by his employees to any part of the building or equipment or any area covered by this contract. 4.Frequency of services required (ensure all functions are included such as dust mopping, wet mopping and burnishing.) Daily "Entrance ways, main hallways. "Corridors, waiting areas to dust mop, wet mop, and burnish. "Lobbies -dust mop, wet mop and burnish. "Floors - shall be dust mopped and wet mopped with disinfectant/detergent as stated in specifications. Weekly or as needed "Buff floors -Tuesday and Thursday, main hallways and corridors, to exclude inpatient wards: 2S, 3F, 5E, SCI 1E, 1W, MICU, and SICU. Semi-annual or as Needed "Hard-surface floor care (stripping and waxing). D. GOVERNMENT FURNISHED EQUIPMENT/SUPPLIES N/A E. CONTRACTOR FURNISHED EQUIPMENT/SUPPLIES 1.The contractor shall furnish the supplies necessary to perform all services required. Supplies and equipment shall meet the specifications below and comply with VA, federal or state Occupational Safety and Health Standards and fire regulations. Contractor furnished items shall be subject to use by VA employees. A listing of these items follows list item your facility is requiring the contractor to provide i.e. stripper low odor, and finish with 25% solid. 2.All items shall be approved by the facilities Infection Control Committee (ICC) and the COTR prior to being used. The contractor shall obtain Material Safety Data Sheets, Occupational Safety and Health Administration (OSHA) Form 20 for all chemical products used and must provide a copy to the COTR. New supplies or changes in previously approved materials shall require product literature and may require samples. 3.Contractor's equipment shall be compatible with existing sources of government furnished electrical power. All equipment shall comply with current safety standards. All equipment shall be cleaned with a disinfectant/detergent each day prior to storage. 4.All electrically operated equipment shall be equipped with hospital quiet-type motor, be third-wire grounded, and equipped with an appropriate length of UL approved three-conductor cord. Extension cords are prohibited 5.All wheeled and movable equipment shall be equipped with protective non-marking wheels and rubber bumpers or guards around the entire perimeter. No part of the equipment (except fixed handles) shall protrude beyond the rubber bumpers. 6.When not in use, equipment shall be stored in designated areas only. 7.Supplies and equipment shall not be transported in trash barrels, mop buckets, etc. All materials not immediately used shall be properly stored. 8.The disinfectant/detergent shall be currently Environmental Protection Agency (EPA) registered as a hospital grade germicidal (pseudomonicidal and staphylocidal), fungicidal and viricidal at the recommended use dilution. The manufacturer's labeled instructions for use dilution should be followed. The disinfectant/detergent used shall be compatible in use with the microorganisms which may be prevalent in the local area. 9.Floor finish shall be synthetic co-polymer plastic (not a wax), water emulsion with a solid content of at least 25%, removable by detergent scrubbing and safe for use on all synthetic, resist scuffing, and water penetration 10.Stripping Compound shall be purely synthetic, non-ionic, biodegradable, and contain no animal or vegetable soaps, abrasives, bleach, alcohol, ammonia, or other ingredients which would produce harsh, harmful, or noxious odors or fumes, either in use or in storage. It shall be capable of completely removing all soap build-up and floor finishing film (with the exception of per acrylic type finishes). It shall contain approximately 12% or more active ingredients, exclusively or dilution; it shall have a p1-1 of not less than seven or more than 11.0. It is permissible to use a special detergent stripper specially designed for use in automatic scrubber equipment, so long as it meets the above requirements. 11.Mop heads shall be laundered after each use. Disposable mop heads may be made of non-woven fabric or a listless fabric consisting of textile fibers or a combination of fibers and yam and be clear or neutral in color. No oil based treatments are allowable. The chemical treatment shall not have a "flashpoint" of less than 330 º Fahrenheit and shall be free of specifiable matter. The compound shall not heat spontaneously under service conditions. Total treatment residue in mop heads shall contain no carbon residue. 12.Mop heads shall be laundered after each use. Disposable mop heads may be made of non-woven fabric or a listless fabric consisting of textile fibers or a combination of fibers and yam and be clear or neutral in color. No oil based treatments are allowable. The chemical treatment shall not have a "flashpoint" of less than 330 º Fahrenheit and shall be free of specifiable matter. The compound shall not heat spontaneously under service conditions. Total treatment residue in mop heads shall contain no carbon residue. 13.Signs shall contain easily understood directions and guidance in English. 14.Contractor Equipment. The government shall not be held responsible for any item of Contractor's equipment which may be lost, damaged or stolen. The Contractor shall tag all contractor owned equipment for identification 15.When routine facility's defects (dripping faucet, loose door, etc.) are found, they shall be reported to the COTR or his/her representative. 16.All areas are to be pre-inspected by the contractor and shall receive cleaning, protection and beautification in keeping with the minimum standards established by the government. FLOOR CARE FREQUENCY CHART FloorsDailyWeeklyBi-MonthlySemi-AnnuallyAnnuallyAs Needed Dust/mop floors X X Burnish Floor X X Strip and refinish floor X X F. QUALITY ASSURANCE: The Government will receive and investigate complaints from various customers located at VAMC - Memphis, Tennessee. All information received will be provided either verbally and/or in writing to the contractor for appropriate action. Performance ObjectivePerformance Threshold Contractor provides total cleaning in accordance with specifications listed above.Less than two (2) complaints of inadequate support up per quarter. ATTACHMENT B PAST PERFORMANCE SURVEY SUBJECT: Past Performance Survey for the Janitorial Services for Floor Cleaning Contract VAMC - Memphis, 1030 Jefferson Avenue, Memphis, Tennessee 38104 FOR PROVIDERS OF PAST PERFORMANCE INFORMATION VISN 9 Contracting, Murfreesboro, Tennessee, has issued a solicitation to provide Janitorial Services for Floor Cleaning for VAMC - Memphis, Tennessee Past performance information will be used to evaluate proposals received. Section A of the enclosed survey lists the contractor who has identified your office as a source to evaluate their past performance. Section A also authorizes release of this information to VISN 9 Network Contracting Activity, Murfreesboro, Tennessee. An individual knowledgeable of the contractor's quality of supplies and services rendered should complete the survey, providing comments wherever applicable. However, supplemental information from others in your organization is encouraged. If evaluating more than one contract for the same contractor, use a separate survey for each contract being evaluated. Because this information is critical to the evaluation process, your time and effort in providing it is greatly appreciated. The survey should be completed as soon as possible but not later than January 13, 2012, 3:00pm CST. Send electronically to monica.kinderknecht@va.gov, fax the survey to 615-225-5432, or mail to the following address: 1369 Medical Center Parkway, Ste 400, ATTN: Monica Kinderknecht, Murfreesboro, TN 37129 Do not provide a copy of the completed survey to the contractor. Thank you in advance for your cooperation and expeditious response to this request. PAST PERFORMANCE SURVEY (Solicitation VA-249-12-Q-0036) SECTION A: Contractor Information (to be completed by the contractor for whose past performance information is being collected, prior to forwarding to respondent) 1. Prospective Government Contractor's ________________________________________ Name and Address: _______________________________________ _______________________________________ _______________________________________ 2. Contractor Point of Contact: ________________________________________________ 3. Phone number (with area code):______________________________________________ 4. Contract number: _______________________________ 5. Description of Services provided under contract: ___________________________________________________________________________ 6. Contract award date: ___________ Contract award amount: _________________ 7. Period of Performance or Delivery Date: ________________________________________ 8. Authorization is hereby granted to provide the information requested in this survey to VISN 9 Network Contracting Activity, Murfreesboro, Tennessee ____________________________________________ (Signature) _____________________________________________ __________________________ (Name and Title of Authorizing Official) (Date) SECTION B: Respondent Information (to be completed by respondent) ____________________________________________ __________________________ (Signature) (Date) ______________________________ __________________________ (Typed or Printed Name) (Organization Name) ______________________________ (Title) ______________________________ __________________________________ (Phone Number) (Organization Address) Respondent should complete survey and submit No later than: NOVEMBER 7, 2011 ? RATING SCALE The following Rating Scale provides the definitions for the Past Performance ratings to be assessed: E EXCEPTIONAL Based on the Offeror's performance record, essentially no doubt exists that the Offeror will successfully perform the required effort. Past performance has met contractual requirements and has exceeded some to the respondent's benefit. Contractual performance was accomplished with few minor problems for which corrective action(s) taken by the contractor were highly effective. V VERY GOOD Based on the Offeror's performance record, little doubt exists that the Offeror will successfully perform the required effort. Past performance has met contractual requirements and has exceeded some to the respondent's benefit. Contractual performance was accomplished with some minor problem(s) for which corrective action(s) taken by the contractor were effective. S SATISFACTORY Based on the Offeror's performance record, some doubt exists that the Offeror will successfully perform the required effort. Past performance has met contractual requirements. Contractual performance contains some minor problem(s) for which corrective action(s) taken by the contractor appear or where satisfactory. M MARGINAL Based on Offeror's performance record, substantial doubt exists that the Offeror will successfully perform the required effort. Past performance has not met some contractual requirements. Contractual performance reflects a serious problem for which either the contractor has not yet identified correction action(s), or the proposed corrective action(s) appear only marginally effective or were not fully implemented. U UNSATIFACTORY Based on Offeror's performance record, extreme doubt exists that the Offeror will successfully perform the required effort. Past performance has not met most contractual requirements, and recovery did not occur or was not in a timely manner. Contractual performance contains serious problem(s) for which the contractor's corrective action(s) appear or were ineffective. N NEUTRAL No performance record identifiable; unknown performance This is neither a negative nor positive assessment. The questions on the survey (see below) shall be rated in accordance with the definitions provided in the Rating Scale. Any unsatisfactory or marginal rating shall be supplemented with an explanation in the space provided. QUALITY OF SERVICE 1. Rate the contractor's compliance with contractual requirements. E V S M U N 2. Overall rating of contractor quality of service. E V S M U N COMMENTS: SCHEDULE 1. Delivery of service was within required time period specified by contract requirements. E V S M U N 2. Rate the contractor's ability to submit invoices. Are they complete and accurate and timely? E V S M U N COMMENTS: BUSINESS RELATIONS 1. Overall rating of contractor's business practices (e.g. maintaining A positive working relationship, business ethics, timely and effectively Resolution of any problems, etc.) E V S M U N 2. Rate the working relationship between contractor's management, and your company (i.e. contractor's history of reasonable and cooperative behavior, commitment of customer satisfaction; concern for the interest of the customer). E V S M U N 3. Rate the contractor's ability to submit required reports and/or invoices in a timely manner. E V S M U N 4. Rate the contractor's responsiveness to customer complaint resolution. E V S M U N 5. Overall rating of contractor's business relations. E V S M U N COMMENTS: How would you feel about awarding another contract to this contractor? ______ Would not hesitate to award another contract to this contractor. ______ Would most likely award another contract to this contractor. ______ Would think twice about awarding another contract to this contractor, but would do so if no better alternative existed. ______ Do not wish to award another contract to this contractor. ______ Would not award another contract to this contractor. COMMENTS: ADDITIONAL REMARKS:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24912Q0036/listing.html)
 
Document(s)
Attachment
 
File Name: VA-249-12-Q-0036 VA-249-12-Q-0036_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=281322&FileName=VA-249-12-Q-0036-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=281322&FileName=VA-249-12-Q-0036-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02639274-W 20111216/111214234530-8de948cc342cacaa4fe67371ac9ea959 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.