Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

Z -- Landscape Maintenance (VA-19-00068362) TIERED EVALUATIONS This procurement is set-aside based on an order of priority as established in 38 U.S.C 8127. - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101, Room 26;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
36C24519Q0614
 
Response Due
9/20/2019
 
Archive Date
11/19/2019
 
Point of Contact
RANDY BROWN
 
Small Business Set-Aside
N/A
 
Description
2 1. Introduction: A. 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; offers are being requested and a written solicitation will not be issued. B. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. Evaluate the offers, if any, submitted by SDVOSB concerns. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the SDVOSB set-aside, document the basis for not making an award within this tier as prescribed in subsection (f) below, and proceed to the set-aside for VOSB concerns. E valuate the offers, if any, submitted by VOSB concerns. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the VOSB set-aside, document the basis for not making an award within this tier prescribed in subsection (f) below, and proceed to the set-aside for other small business concerns set forth in each subsequent tier. Evaluate the offers, if any, submitted by other small business concerns. If no offers were submitted by other small business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, cancel the solicitation, document in a memorandum for record the basis for cancelation, and resolicit as an unrestricted procurement. C. The applicable NAICS code is 561730 and the Small Business Size Standard is $8M D. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-02. The full text of the provisions and clauses can be obtained from the following websites: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/. E. If you are claiming Service Disabled Veteran Owned Small Business or Veteran Owned Small Business status you must be registered in the Veteran Information Pages (VIP) https://www.vip.vetbiz.va.gov/ F. To be eligible for award of a contract, vendor must be actively registered in the SAM database (https://www.sam.gov). Vendor is also required to complete representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. 2. Responding to this solicitation. Offeror must submit its offer via Email to RANDALL.BROWN@VA.GOV. Offeror must provide the following information with its offer: A. Legal entity name, address, DUNS of your company; B. Information that demonstrates your company s technical capability and experience: (1) Landscaping Experience: proof of experience as the prime contractor for at least 2 separate contracts. (2) Ability to perform in accordance with the Scope of Work, attached. C. Completed Price Schedule for base plus 4 options. 3. Date & time offers are due: Sep 20, 2019 at 12:00 PM EDT. 4. Evaluation-Commercial Items. A single award will be made to the responsible offeror who submits an acceptable offer, as determined by a technical evaluation, and has the overall best value for satisfactory completion of all contract requirements. Technical will be rated as Acceptable/Unacceptable. The acceptable offer with the best overall value will be deemed the most advantageous to the Government. Past Performance will be rated as Acceptable/Neutral/Unacceptable. Past performance information will be obtained from various data sources (e.g., Past Performance Questionnaires from offeror s references, PPIRS, offeror-provided information). The apparent successful offeror s past performance will be evaluated as part of the Contractor Responsibility Determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. If offeror has no relevant past performance, it will not be evaluated favorably or unfavorably on past performance. No adjectival ratings will be used to evaluate price. Proposed prices will be evaluated for fair and reasonableness using the price analysis techniques listed in FAR 13.106-3. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 5. Description of Work: The contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items necessary to provide Computrition Software, annual preventive maintenance and software support remotely and on site for the Hershel Woody Williams VAMC and as defined in this Statement of Work (SOW). 1. WORK TO BE PERFORMED: 24x7 Remote Operations Center (ROC) support Active System Management (ASM) 24x7 Proactive Continuous Monitoring of System Software 30 minute initial response Software Break Fix Labor provided remotely. If in the event the ROC dispatches onsite labor assistance, this will be provided Monday-Friday 8:00am-4:30pm EST (excludes Federal and contractor Holidays) Remote applications support Monday Friday 8:00am 4:30pm EST 99.9% Software Uptime Guarantee Software Obsolescence Protection (SWOP) Minor Software Releases-Remote labor included Maintenance and Service Pack Software Releases- Remote and onsite labor included Integration Services for Computrition conformant modality devices Additional software tools provided at no additional charge All services for this contract must meet manufacturer performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations. Also, Contractor must provide the appropriate service documentation at no additional expense. List of items to be covered by this agreement: NCM Select & FOM Pro (Add l Site w/1 FOM: 2 NCM Clients) (incl. RS & Merge) Additional NCM Select Initialization 1 Client Multi-Site HL7 ADT/DO/Tube Feeding Interface Annual License Additional NCM Select Annual License Subscription 1 Client Oracle DBA Remote Administration Annual License Extended Interface Support Annual License Application Weekend Support Annual License Enterprise Time Zone Module License Annual License 2. SPECIAL WORK REQUIREMENTS: Hours: Services shall be performed according to specifications of Government point of contact and COR. The regular work hours four this facility is Monday through Friday 0800am to 4:30pm (EST). Special Instruction: The contractor's representative will schedule all work with the Engineering Department. Contact for the Hershel Woody Williams VAMC Nutrition and Food Service (N&FS) Department is Annette Johnson at (304) 429-6755 ext: 2354. Contractor shall drop off all service reports to the N&FS Department detailing the work performed. Failure to drop off service reports may delay contractor payment. All contractor personnel (without exception) must report to the Engineering Department, Bldg. 2, Room PB104, to sign in and receive a contractor identification badge before any work is performed and return to the same location to sign out and turn-in said badge along with the documented. service report for the service performed. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Property Damage: The contractor shall take all necessary precautions to prevent damage to any government property and will notify the Contracting Officer immediately if damages occur. The Contracting Officer will authorize the contractor to remedy the situation in one of the following ways: be assessed current replacement costs for damaged property, replace damaged property in a timely manner, or correct the damages with like materials at no additional cost. Identification, Parking, Smoking, and VA Regulations: The contractor will need to acquire a badge for each worker and ensure that the badge be worn in a visible location on the worker at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VA. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States Dis trict Court. Documentation: All service documentation must contain: Date and time of the contractors' arrival on station Type, model, and serial number(s) of all equipment on which service was performed Total time of performance period, excluding travel time Detailed narrative description of reason for service performed to include reported problem and cause of problem (When applicable) Complete list of parts replaced (When applicable) Date and time equipment was returned to serviceability. Infection Control: There is a potential for exposure to blood borne or other infectious material with equipment throughout the hospital. All contractor personnel are cautioned and must use "Universal Precautions" (i.e. hand washing, wearing protective gloves, aprons, and goggles, etc.) as appropriate during the performance of this contract. Payment: Payment will be made Monthly, in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Personnel Qualifications: Contractor personnel performing under this contract will be fully qualified and competent for the equipment to be performed Service Quality: All services provided in this contract must meet manufacturers' performance and technical specifications, Federal Regulations, VA Regulations, and meet the requirements of The Joint Commission and Life safety Code. The contractor shall document all maintenance and provide said documentation to the COR upon completion of each service action. Contact Information: COR: Annette Johnson Service: Nutrition and Food Service Phone: 304.429.6755 ext: 2354 Email: Annette.johnson@va.gov PERIOD OF PERFORMANCE: The period of service for the base year - Line Item 0001 of this contract shall commence on the date of award and continue for twelve (12) months, unless terminated earlier pursuant to the terms of this contract. This contract also includes four (4) additional twelve (12) month option periods to extend the contract if exercised by the Government. Base Year: Oct 1 2019 Sep 30 2020 Option Yr 1: Oct 1 2020 Sep 30 2021 Option Yr 2: Oct 1 2021 Sep 30 2022 Option Yr 3: Oct 1 2022 Sep 30 2023 Option Yr 4: Oct 1 2023 Sep 30 2024 The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, including the following addenda: A. 52.204-7, System for Award Management (OCT 2018); B. 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); C. 52.217-3, Evaluation Exclusive of Options (APR 1984) D. 52.233-2, Service of Protest (SEPT 2006); E. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); and F. 852.233-71, Alternate Protest Procedure (OCT 2018). 7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. 8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, including the following addenda: A. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); B. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); C. 52.204-13, System for Award Management Maintenance (OCT 2018); D. 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); E. 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Paragraph (a) fill-in information: 30 days of contract expiration; 60 days. Paragraph (c) fill-in information: 55 months; F. 52.228-5, Insurance-Work on a Government Installation (JAN 1997): includes Supplemental Insurance Requirements (CL-120); G. 52.232-18, Availability of Funds (APR 1984); H. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); I. 52.237-3, Continuity of Services (JAN 1991); J. 852.203-70, Commercial Advertising (MAY 2008); K. 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018); L. 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018); M. 852.228-71, Indemnification and Insurance (MAR 2018); N. 852.232-72, Electronic Submission of Payment Requests (NOV 2018); O. 852.237-70, Contractor Responsibilities (APR 1984). Paragraph (a) fill-in information: Maryland; and P. 852.270-1 Representatives of Contracting Officers (JAN 2008). 9. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition, including the additional FAR clauses cited in the clause: A. 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018); C. 52.204-14, Service Contract Reporting Requirements (OCT 2016); D. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); E. 52.209-9, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); F. 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011); G. 52.219-8, Utilization of Small Business Concerns (OCT 2018); H. 52.219-14, Limitations on Subcontracting (Jan 2017); I. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); J. 52.222-3, Convict Labor (JUNE 2003); K. 52.222-21, Prohibition of Segregated Facilities (APR 2015); L. 52.222-26, Equal Opportunity (SEPT 2016); M. 52.222-35, Equal Opportunity for Veterans (OCT 2015); N. 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); O. 52.222-37, Employment Reports on Veterans (FEB 2016); P. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); Q. 52.222-50, Combating Trafficking in Persons (MAR 2015); R. 52.222-54, Employment Eligibility Verification (OCT 2015); S. 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); T. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); U. 52.222-17, Nondisplacement of Qualified Workers (MAY 2014); V. 52.222-41, Service Contract Labor Standards (AUG 2018); W. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); Truckdriver; South Region, Medium: $21.84 X. 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018); Y. 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); and Z. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017). WAGE DETERMINATION LINK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/36C24519Q0614/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24519Q0614 36C24519Q0614.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5147959&FileName=36C24519Q0614-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5147959&FileName=36C24519Q0614-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05438233-W 20190912/190910231045-035732127640d0ef2c7ff9246fbf4ab7 (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.