Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
DOCUMENT

S -- DALLAS FORT WORTH JANITORIAL SERVICES - Attachment

Notice Date
3/7/2018
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACT SERVICES;75 BARRETT HEIGHTS RD. SUITE 309;STAFFORD, VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618Q0230
 
Response Due
4/4/2018
 
Archive Date
5/19/2018
 
Point of Contact
KENNETH DOUGHERTY
 
E-Mail Address
CO'S EMAIL
(KENNETH.DOUGHERTY@VA.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q0230 Post Date: 3/7/2018 Original Response Date: 4/4/2018 at 4:00 pm Applicable NAICS: 561720 Classification Code: S208 Set Aside Type: 100% Service Disabled Veteran Owned Small Business (SDVOSB) Period of Performance: Date of Award through September 30, 2018 plus 4, one-year option periods, 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: Dallas Fort Worth 2000 Mountain Creek Parkway Dallas, TX 75211 Attachments: A Wage Determination for Dallas County B Performance Work Statement C Past Performance Questionnaire D List of References Description: 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. This is a solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, 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. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on 4/4/2018. Responses to this announcement will result in a Firm-Fixed Requirements Contract with FOB Destination and the Government intends to make award under this announcement 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. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) days before the closing date of the solicitation. Questions will not be addressed using the telephone. 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (June 2011) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors; 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. SDVOSB offerors must be verified with the Center for Verification and Evaluation (CVE) to participate under the Veterans First Contracting Program at the time of the response to this announcement at the following website: https://www.vip.vetbiz.gov. See VAAR clause 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside for additional information on the Veterans First Contracting Program requirements. Offers received from companies not registered in https://www.vip.vetbiz.gov will not be considered and ineligible for award. 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 Dallas National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Larry Williams, Cemetery Director, Dallas National Cemetery: (214) 467-3374 The U.S. Department of Veterans Affairs, National Cemetery Administration, and Dallas National Cemetery anticipates a firm fixed price requirements contract for janitorial services to be provided from the date of the award through September 30, 2018, plus 4, one-year option periods if exercised. The applicable North American Industrial Classification System (NAICS) code for this procurement is 561720, with a business size standard of $18 million. The National Cemetery Administration is seeking quotes from Service Disabled Veteran Owned Small Businesses qualified for the provision of janitorial services. Period of Performance: Date of Award through September 30, 2018 plus, 4, one-year option periods if exercised. Scope: The contractor shall be responsible for providing janitorial services for Dallas Fort Worth National Cemetery located at 2000 Mountain Creek Parkway, Dallas TX 75211. The guaranteed minimum award for this contract is $500.00. The maximum aggregate value of orders that can be placed under this contract is $550,000.00. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount. Price Schedule PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete janitorial services to maintain Dallas Fort Worth National Cemetery, 2000 Mountain Creek Parkway, Dallas, TX following National Cemetery Administration standards. Contract period will consist of a base period from date of contract award through September 30, 2018, with up to four (4) one-year options to extend the term of the contract through September 30, 2022. 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. Offerors shall enter the Total Price for each year in the Summary Totals where indicated. Offeror shall calculate the Grand Total for all years and enter where indicated. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only. The Contractor shall furnish to the Government the supplies or services specified up to and including the quantity designated in the Schedule. Base Period: Date of Award through September 30, 2018 Line Item Description Estimated Quantity Unit Unit Price Total Price 0001 Custodial Services, Public Information Center (PIC) 12 MO $______ $______ 0002 Custodial Services, Administration Building 12 MO $______ $______ 0003 Custodial Services, Maintenance Building 12 MO $______ $______ 0004 Custodial Services, Honor Guard Trailer 12 MO $______ $______ Total Estimated Price: $______________ Option Period 1: October 1, 2018 through September 30, 2019 Line Item Description Estimated Quantity Unit Unit Price Total Price 1001 Custodial Services, Public Information Center (PIC) 12 MO $______ $______ 1002 Custodial Services, Administration Building 12 MO $______ $______ 1003 Custodial Services, Maintenance Building 12 MO $______ $______ 1004 Custodial Services, Honor Guard Trailer 12 MO $______ $______ Total Estimated Price: $______________ Option Period 2: October 1, 2019 through September 30, 2020 Line Item Description Estimated Quantity Unit Unit Price Total Price 2001 Custodial Services, Public Information Center (PIC) 12 MO $______ $______ 2002 Custodial Services, Administration Building 12 MO $______ $______ 2003 Custodial Services, Maintenance Building 12 MO $______ $______ 2004 Custodial Services, Honor Guard Trailer 12 MO $______ $______ Total Estimated Price: $______________ Option Period 3: October 1, 2020 through September 30, 2021 Line Item Description Estimated Quantity Unit Unit Price Total Price 3001 Custodial Services, Public Information Center (PIC) 12 MO $______ $______ 3002 Custodial Services, Administration Building 12 MO $______ $______ 3003 Custodial Services, Maintenance Building 12 MO $______ $______ 3004 Custodial Services, Honor Guard Trailer 12 MO $______ $______ Total Estimated Price: $______________ Option Period 4: October 1, 2021 through September 30, 2022 Line Item Description Estimated Quantity Unit Unit Price Total Price 4001 Custodial Services, Public Information Center (PIC) 12 MO $______ $______ 4002 Custodial Services, Administration Building 12 MO $______ $______ 4003 Custodial Services, Maintenance Building 12 MO $______ $______ 4004 Custodial Services, Honor Guard Trailer 12 MO $______ $______ Total Estimated Price: $______________ Price Summary Base Period (date of award through 9/30/2018) $ Option Period 1 (10/1/2018 through 9/30/2019) $ Option Period 2 (10/1/2019 through 9/30/2020) $ Option Period 3 (10/1/2020 through 9/30/2021) $ Option Period 4 (10/1/2021 through 9/30/2022) $ Total Price (Base Plus all Option Periods): $ Services to be Provided: See Attachment B Performance Work Statement POST AWARD CONFERENCE: Prior to commencement of work, contract awardee is required to make an appointment for a conference with the COR and/or Contracting Officer to assure that all parties understand all contractual obligations and the role that each party serves. Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors 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) Proposals shall be submitted via email or via mail to the following addresses: Email: kenneth.dougherty@va.gov Mail: 75 Barrett Heights Road Suite 309 Stafford, VA 22556 For proposals mailed, proposals 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: kenneth.dougherty@va.gov. Telephone inquiries will not be accepted. End of Addenda Evaluation Process: Quotes will be evaluated in accordance with FAR 13.106-2(b) Evaluation of Quotations or Offers -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Performance Plan Managerial Qualifications of key personnel Technical Qualifications of key personnel List of Equipment to be used List of Personnel performing work Completed Price Schedule -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: kenneth.dougherty@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. The source selection authority shall determine the relevance of similar past performance information. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment D) to the contracting officer for review. The completed list of references shall be included with the offeror s proposal submission. Basis for Award: The Government intends to award a firm fixed price, requirements contract resulting from this solicitation whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on the factors set forth below. Price. Quotations shall be evaluated, for award purposes, based upon the total price proposed. The sum of all the CLINs will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability. Technical Acceptability will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in performance of the requirements identified in this solicitation. The proposal should not simply restate the Government s requirements, but it should describe, in detail, how the Offeror intends to meet the requirements. An evaluation rating of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical package evaluation. If an offeror receives a technical rating of Non-Acceptable they will not be considered for award. Offerors shall provide information for the following sub-factors: Experience of company and/or subcontractors in performing this type of work: have you done/performed the requirements of the Scope of Work? Please explain in detail, (e.g. Description, Size, Scope and Dollar Value of similar projects.) Performance Plan: The contractor shall provide in writing a detailed work plan which presents the contractor s plan for completing the work. The contractor s plan shall be responsive with the scope of work and describe, in detail, the approach to be used for each task required. For each task, the contractor shall identify all necessary subtasks (if any), associated costs by task, and milestone dates. In addition to the work plan, contractor shall provide evidence of managerial qualifications of key personnel (resumes, training, related project experience, certifications); qualifications of key technical personnel (resumes of key technical personnel, training, experience, certifications); evidence of sufficient personnel & equipment (list). The contractor s proposal will be evaluated on how well it meets the performance goals of this contract. Identify any subcontractor(s) to be used in performance of this contract, along with the subcontractor s socio-economic status (e.g. Disabled/Veteran owned, Woman owned, Small, Large Business, etc.). If using a subcontractor, list the type and percent of work each party will perform. Past Performance: Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the SOW). If no past performance information is readily available, the Offeror s past performance will be evaluated as Neutral. Solicitation Provisions and Contract Clauses FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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): https://www.acquisition.gov/?q=browsefar The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) FAR 52.216-1 Type of Contract (Apr 1984) (Firm Fixed Price, Requirements) FAR 52.233-2 Service of Protest (Sep 2006) (75 Barrett Heights Rd. Suite 309, Stafford, VA 22556) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) 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. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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): https://www.acquisition.gov/?q=browsefar 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 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2022) FAR 52.216-19 Order Limitations (Oct 1995) ($5,000.00 | $200,000.00 | $250,000.00 | 5 days) FAR 52.216-21 Requirements (Oct 1995) (March 31, 2023) 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) (5 years) FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) FAR 52.228-5 Insurance Work on a Government Installation (Jan 1997) CL-120 Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $250,000.00 per person; $500,000.00 per occurrence and $100,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) (September 30, 2018 | September 30, 2018) 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 (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) 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 (Jan 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (a)(1), (a)(2), (a)(3), (a)(4), (b)(1), (b)(4), (b)(8), (b)(22), (b)(27), (b)(28), (b)(29), (b)(31), (b)(32), (b)(33), (b)(42), (b)(46), (b)(55), (c)(1), (c)(2), (c)(3), (c)(4), (c)(8), (c)(9), and (e)(xii)(A). Addendum to 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) (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 Laborer, Grounds Maintenance WG 3-1 $14.84 + $4.41 Laborer, Grounds Maintenance WG 3-3 $16.08 + $4.41 Laborer, Grounds Maintenance WG 3-5 $17.32 + $4.41 End of Addenda End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0230/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0230 36C78618Q0230.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133667&FileName=36C78618Q0230-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133667&FileName=36C78618Q0230-000.docx

 
File Name: 36C78618Q0230 ATTACHMENT A - WAGE DETERMINATION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133668&FileName=36C78618Q0230-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133668&FileName=36C78618Q0230-001.docx

 
File Name: 36C78618Q0230 ATTACHMENT B - PERFORMANCE WORK STATEMENT.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133669&FileName=36C78618Q0230-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133669&FileName=36C78618Q0230-002.doc

 
File Name: 36C78618Q0230 ATTACHMENT C PAST PERFORMANCE QUESTIONNAIRE.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133670&FileName=36C78618Q0230-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133670&FileName=36C78618Q0230-003.pdf

 
File Name: 36C78618Q0230 ATTACHMENT D LIST OF REFERENCES.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133671&FileName=36C78618Q0230-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4133671&FileName=36C78618Q0230-004.pdf

 
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: DALLAS FORT WORTH NATIONAL CEMETERY;2000 MOUNTAIN CREEK PARKWAY;DALLAS, TX
Zip Code: 75211
 
Record
SN04845798-W 20180309/180307231401-d8ea720892606c63e02613f24ab16288 (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.