Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

S -- Floor Mat Service, LT, 626

Notice Date
7/6/2020 10:42:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0207
 
Response Due
7/17/2020 9:00:00 AM
 
Archive Date
07/27/2020
 
Point of Contact
Thomas.Nicholls@va.gov, Thomas Nicholls, Phone: 615.225.3435
 
E-Mail Address
thomas.nicholls@va.gov
(thomas.nicholls@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 2 of 2 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24920Q0207 Posted Date: May 01, 2020 Original Response Date: May 13, 2020 Current Response Date: May 13, 2020 Product or Service Code: S299 Set Aside: Small Business NAICS Code: 812332 | Industrial Launderers Contracting Office Address Network Contracting Office 09 (NCO 09) 1639 Medical Center Parkway Suite 400 Murfreesboro, TN 37129 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05 Effective Mar 30, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 812332, with a small business size standard of $41.5 Million. The Nashville VA Medical Center is seeking to purchase floor mat services. All interested companies shall provide quotation for the following: Services The delivery/task order period of performance is October 01, 2020 to September 30, 2021 for the base year. Place of Performance a. Alvin C. York VA Medical Center 3400 Lebanon Pike Murfreesboro, TN 37129 b. Nashville Campus 1310 24th Avenue South Nashville, TN 37212 c. Chattanooga VA Outpatient Clinic 6098 Debra Rd Suite 5200, Bldg 6200 Chattanooga, Tennessee 37411 4. HOURS OF OPERATION: Monday Friday 8:00 a.m. to 4:30 p.m. except federal holidays. FEDERAL HOLDAYS 1. New Year s Day 2. Birthday of Martin Luther King, Jr. 3. Washington s Birthday 4. Memorial Day 5. Independence Day 6. Labor Day 7. Columbus Day 8. Veterans Day 9. Thanksgiving Day 10. Christmas Day 5. PERIOD OF PERFORMANCE: One Base year with the possibility of four one-year option periods. Base Year: 1 October 2020 31 September 2021 1st Option Period 1 October 2021 31 September 2022 2nd Option Period 1 October 2022 31 September 2023 3rd Option Period 1 October 2023 31 September 2024 4th Option Period 1 October 2024 31 September 2025 6. PERFORMANCE REQUIREMENTS: a. The Contractor shall provide an initial approximate inventory of the following styles, sizes and quantities of mats. Actual inventory will be based on the needs at the time the contract is awarded. The Contractor is responsible for verifying quantities and locations with TVHS staff. It is strongly encouraged the Contractor conducts a pre-bid walk-through. Style Description: Size Estimated Quantity Standard Mat/Wayfinding 3 X 5 61 Scraper Mat (outside) 3 X 5 44 Standard Mat/Wayfinding 4 X 6 44 Scraper Mat (outside) 4 X 6 29 Logo Mat (Logo will be provided) 6 X 10 4 Rubber Kitchen Mat * 3 X 5 25 Anti-Microbial/Anti-Fatigue ** ^ 3 X 5 22 Anti-Microbial/Anti-Fatigue ** 3 X 4 2 Anti-Microbial/Anti-Fatigue ** 3 X 3 2 Ergonomic/Anti-Fatigue 2 X 3 42 Ergonomic/Anti-Fatigue 3 X 5 48 * Rubber Kitchen Mats (twice per week) Nashville, Nutrition & Food Service: 6 mats (replaced between 7-9 AM or 2-4 PM) Alvin C. York, Nutrition & Food Service: 0 mats Nashville, Canteen: 6 mats Alvin C. York, Canteen: 15 mats ** Anti-Microbial/Anti-Fatigue Mats (twice per week) Nashville, Nutrition & Food Service: 4 mats (replaced between 7-9 AM or 2-4 PM) Alvin C. York, Nutrition & Food Service: 3 mats (replaced between 1-2:30 PM) Nashville, Canteen: 13 mats Alvin C. York, Canteen: 2 mats ^ SPS Area Anti-Microbial/Anti-Fatigue Mats: Mats will be purchased against this contract and mats shipped to TVHS by the contractor. TVHS staff will place these mats. (monthly) b. The Contractor shall perform initial placement of mats throughout the inside and outside of each VA location. c. The contractor shall clean, sanitize, maintain, and replace mats once per week unless otherwise noted. d. Contractor shall remove soiled mats and replace them with clean, sanitized mats. e. Soiled mats shall be professionally cleaned and returned to inventory stock. f. When mats are replaced, if the replacement mat is temporarily left in a rolled state will not be left in a manner that will create a hazardous condition such as a slip, trip or fall. 7. PHASE IN/PHASEOUT: At the time the contractor is given the notice to proceed there will be a two-week phase-in phase-out overlap period. This time frame will be allowed for the existing contractor to remove their mats and the new contractor for placement. 8. CHECK IN/SECURITY: a. Check In: The Department of Veterans Affairs locations are Government facilities requiring proper identification for all personnel entering the grounds/facilities. Contractor shall be required to comply with all security and personnel identification processes at each facility. Contractor Check-In: The contractor's employees shall report to the location s designated VA Contracting Officer s Representative (COR), prior to the performance of each service. b. Security: (1) Contractor shall maintain a current listing of employees performing this contract. The list shall include the employee s name, address, phone number, social security number, level of security and position. The list shall be validated and signed by the company Facility Security Officer and provided to the Contracting Office and COR. An updated listing shall be provided when an employee s status or information changes. The Contractor has 24 hours to inform the Contracting Office and COR that an employee s status has changed. (2) Contractor and Staff shall comply with all VA security requirements. (3) Contractor personnel shall report to the COR any information or circumstances of which they are aware that may pose a threat to the security of Department of Veterans Affairs personnel, contractor personnel, resources and classified and unclassified information. (4) Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or their contractor owned or privately-owned vehicle while on the property of the designated VA Locations listed in SOW Section 3. (5) If the Contracting Officer (CO) finds it in the best interest of the Government he/she may at any time during the performance of this contract order the Contractor to remove any of his/her personnel from further performance under this contract for reasons of their moral character, unethical conduct, security reasons or violation of on-site building rules. In the event that it becomes necessary to replace any Contractor personnel for any of the above reasons, the Contractor shall bear all costs associated with such removal, including the costs for the replacement of any personnel so removed. These charges will not be billable to the Government. (6) In the event of an accident on the Department of Veterans Affairs property or involving Government personnel or property, the Contractor shall submit a report immediately to the COR in letter form that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances; (5) corrective action to prevent future occurrences. (7) The Contractor shall not hold any discussions or release any information relating to the contract to anyone not having a direct interest in performance of this contract, without written consent of the CO or the COR. This restriction applies to all news releases of information to the public, industry or Government agencies. (8) The Contractor shall not advertise information about projects preformed for this contact without Government review and approval. Advertisement is considered but not limited to promotional brochures, posters, tradeshow handouts, world-wide-web pages, magazines, newspapers and similar promotions. (9) The Contractor will be provided an electronic access badge for building access. (10) The Contractor must provide an annual inventory count for each floor mat they service during the final quarter each year they hold the contract to the COR. This is to account for the many changes that occur due to additions, and subtractions based on clinic moves and needs of the many services. (11) The Contractor shall allow the addition of 10 mats over the course of the year without the need for a modification for cost to the contract. (12) The Contractor shall perform at least 51% of the work covered in this scope. 8. ADMINISTRATIVE: a. Federal holidays or weekends: Unless directed by the COR, work at the site(s) shall not take place on Federal holidays or weekends. When a holiday falls on Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed by the U.S. Government agencies. b. Deliverables: A trip ticket or service ticket shall be completed by the contractor and provided to the COR upon completion of each weekly service at each location. c. Invoice: Payment will be made upon receipt of a properly prepared, itemized invoice, validated by the COR, and submitted to VA Electronic Payment System http://www.fsc.va.gov/einvoice.asp. (1) A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Itemization of mats serviced Dates service performed Location of service performed Total amount due (2) A separate invoice will be prepared for each facility and submitted monthly in arrears Award shall be made to the quoter whose quotation offers the best value to the government. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor, and (2) price.   The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [insert date of provision] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [insert date of provision] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [insert date of clause] [Insert a statement regarding any addenda to FAR 52.212-4] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [insert date of clause] The following subparagraphs of FAR 52.212-5 are applicable: [Indicate which FAR clauses listed in FAR 52.212-5 will be applicable, e.g., subparagraph (b)(1), etc.] [Insert other FAR or agency-level provisions/procedures/clauses and any other additional contract requirements or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for the acquisition consistent with customary commercial practices.] All quoters shall submit the following: 1electronic copy submitted via email to Thomas Nicholls Thomas.Nicholls@va.gov All quotations shall be sent via email to Thomas Nicholls at Thomas.Nicholls@va.gov This is an open-market combined synopsis/solicitation product as defined herein.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Point of Contact Any questions or concerns regarding this solicitation should be forwarded in writing via email addressed to Thomas Nicholls at Thomas.Nicholls@va.gov, subject line: Mat Service. Questions shall be submitted NO LATER THAN May 06, 2020 @ 1000 CST. Quotations shall be received not later than 3:00pm CST May 13, 2020. Quotes must be submitted via email to Thomas.Nicholls@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/09ec25d43a4046c1a055f386944de687/view)
 
Place of Performance
Address: PLEASE SEE PLACES OF PERFORMANCE LISTED IN THE STATEMENT OF WORK (SOW), TN, USA
Country: USA
 
Record
SN05711960-F 20200708/200706230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.