Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
DOCUMENT

S -- SERVICE CONTRACT FOR GREASE HOOD AND DUCT MAINTENANCE AND CLEANING - Attachment

Notice Date
7/23/2014
 
Notice Type
Attachment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0737
 
Response Due
8/1/2014
 
Archive Date
8/31/2014
 
Point of Contact
Matthew Cox
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. This is a Total Small Business Set-Aside requirement only qualified offers may submit bids. Solicitation VA-249-14-Q-0737 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 561790 and size standard is $7.0M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. Contract Type: The government anticipates awarding Firm Fixed Price base period of (12) months, plus four (4), twelve (12) month option year contract. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. Service Contract Act (SCA) Wage and Determination rules and regulations are applicable to this request and can be accessed at http://www.wdol.gov In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov. Description of Services: This requirement is for the VAMC Lexington. The Department of Veterans Affairs, Network Contracting Office located in Murfreesboro, Tennessee intends to issue a firm fixed priced base and four (4) option year contract The contractor shall provide and execute complete grease duct and hood systems cleaning and preventive maintenance, four (4) times per year during the months of April, July, October, and January in accordance and applicable to the NFPA in accordance with Statement of Work below. Quote Submission: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. All prospective bidders must include appropriate references which must include all applicable company information. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror should provide past performance evidence. Past performance will be evaluated on an "acceptable" or "unacceptable" basis using the ratings in the table below based on the answers to the above capabilities questionnaire. The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror's record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of an offeror 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 offeror may not be evaluated favorably or unfavorably on past. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability "unknown" shall be considered "acceptable." All questions regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Matthew.Cox@va.gov no later than 8:00AM CST, July 29, 2014. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Amendments to this Solicitation: Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on that website (www.fbo.gov). Quotes must be received August 1, 2014 by 11:00 AM CST. Email your quote to Matthew.Cox@va.gov. The subject line must specify VA-249-14-Q-0737 - Service Contract for Grease Hood and Duct Maintenance for VAMC Lexington and quotes should be broken down as such: Base Year10-01-2014 - 09-30-2015$ Option Year 1: 10-01-2015 - 09-30-2016$ Option Year 2: 10-01-2016 - 09-30-2017$ Option Year 3:10-01-2017 - 09-30-2018$ Option Year 4:10-01-2018 - 09-30-2019$ Total For Base & Option Years$ Solicitation document and incorporated FAR and VAAR provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.212-1, Instructions to Offerors-Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.217-8, Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside 52.233-3, Protest after Award 52.222-3, Convict Labor 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 852.270-1, Representatives of Contracting Officers 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK 1.SCOPE OF WORK: The contractor shall provide all services, labor, travel, material, and equipment necessary to perform a full service cleaning contract for the Department of Veterans Medical Center Lexington, Leestown Campus, 2250 Leestown Road, Lexington, KY 40511. The contractor shall clean the Leestown Canteen Kitchen exhaust hoods, ducts and filters. The contractor shall furnish all labor, tools, materials, equipment and incidentals to provide and execute complete grease duct and hood systems cleaning and preventive maintenance in accordance with NFPA 96 as applicable. These services will be provided four (4) times a year during the months of April, July, October and January. The following represents the one (1) grease duct and hood systems that are included in this contract: A.One (1) hood with a total of 9 grease removal filters located in the Canteen Service kitchen, room 010; the grill area. 2.BACKGROUND: The Canteen Kitchen utilizes an array of cooking equipment and products that produce grease vapors and fumes that can collect in the exhaust system and serve as fuel load for a fire. The need to properly maintain this system is critical for fire safety at this facility. 3.REQUIREMENTS: "The contractor shall ensure that all services under this contract will be completed by properly trained, qualified and certified employees. "The contractor shall ensure that all work will be completed in accordance with local, State and Federal regulations. "The contractor shall ensure that all a system of Lock Out/Tag Out will be utilized to protect contractor employees from injury. "The contractor shall ensure that the fire suppression system will remain operable during cleaning operations. "The contractor shall ensure that all services will be scheduled in advance with the Contracting Officer's Technical Representative (COTR). "The contractor shall ensure that after the close of cleaning operations, exhaust blowers will be restarted; all access doors shall be replaced and properly fastened. "The contractor shall ensure that during cleaning operations, that ceiling tiles will be removed if needed. Facility components, equipment, fixtures, and property will be protected from damage. "The contractor shall ensure that at a minimum, the exhaust fans, hoods, filters and horizontal ducts located in the Canteen area will be cleaned down to bare metal on each scheduled visit. " The contractor shall ensure that Positive cleaning methods shall be used and will include but are not limited to the following processes or a combination thereof: a.Manual removal of solidified, semi-solidified or liquid cooking by products. b.Low pressure application of USDA or facility approved detergents. Flammable cleaning products will not be used. c.Wash/rinse processes utilizing high pressure hot water cleaning d.Wash/rinse processes utilizing saturated steam cleaning. 4.SAFETY: The contractor shall at all times, ensure that all work provided complies with all local, State, and Federal rules and regulations pertaining to work place safety. The contractor shall take all proper safety and health precautions to protect the work, the workers, the public and the property. 5.HOURS OF OPERATION: The contractor will perform services after 2:00 PM, Monday through Friday unless otherwise approved. 6.U.S LEGAL HOLIDAYS The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday. HOLIDAYDATE New Year's Day Jan 1 Martin Luther King's Birthday3rd Monday in Jan President's Day3rd Monday in Feb Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov 7.INSPECTION: The Contracting Officer's Representative (COR) or the designated Department of Veterans Affairs representative will conduct a thorough inspection the next business day after each visit. The contractor will be required to re-clean any ducts etc. that were not properly cleaned with no additional cost to the VA. 8.DOCUMENTATION: The contractor shall furnish the Contracting Officer's Representative (COR) or the designated Department of Veterans Affairs representative a legible and detailed inspection and cleaning report that includes the name of the person performing the work, the date of inspection and cleaning. 9.PLACE OF PERFORMANCE: Lexington VAMC - Leestown Division, 2250 Leestown Road, Lexington, KY 40511 10.PERIOD OF PERFORMANCE: This a firm-fixed price contract with 1 (one) base year and 4 (four) option years to renew. 11.SECURITY/ IDENTIFICATION: The contractor's employees shall check in and out with the VA Police obtain visitor identification each day. Employees must have a valid state or government identification. All contractor/vendor personnel shall display a VAMC Lexington issued identification badge while performing work on any VAMC property. Smoking is not prohibited on property except in designated areas. Possession of weapons is prohibited (in vehicle or on person). Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. Contractor employees (crew) when on VAMC Lexington grounds; shall not bring visitors into the facility; shall not bring into the facility, any form of weapons or contraband; shall not bring in any alcohol or drugs or be under the influence of alcohol/drugs; shall conduct themselves in a professional and polite manner at all times; shall not cause any disturbances in the facility, are subject to all the rules and regulations of the VAMC Lexington. Contractor personnel shall present a neat appearance and be easily recognized. Contractor shall furnish and require every on-site company employee to wear a company shirt and safety shoes. All company workers while on duty shall be identified by uniform shirt or blouse indicating the company logo. The print should be large enough to be easily read. In addition all company staff assigned to work at the VAMC Lexington. All work shall be performed in accordance with VAMC Lexington rules & regulations. 12.TRAVEL The Contractor is responsible for all of their travel, accommodations, meals, rental cars, etc. NOTE: The Contractor employees shall not be considered government employees for any purpose under this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0737/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0737 VA249-14-Q-0737.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1517200&FileName=VA249-14-Q-0737-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1517200&FileName=VA249-14-Q-0737-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VAMC Lexington;2250 Leestown Road;Lexington, Kentucky
Zip Code: 40511
 
Record
SN03435515-W 20140725/140724000115-5c4256520ceb4a2d8115c549e1295047 (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.