Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

V -- Armored Car Services

Notice Date
7/10/2020 12:53:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561613 — Armored Car Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0414
 
Response Due
7/20/2020 2:00:00 PM
 
Archive Date
08/19/2020
 
Point of Contact
Monica Acosta, Contract Specialist, Phone: (860) 666-6951
 
E-Mail Address
Monica.Acosta@va.gov
(Monica.Acosta@va.gov)
 
Awardee
null
 
Description
Combined Synopsis Solicitation VISN 01 Armored Car Services for the Agent Cashiers and Veterans Canteen Services (i) 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. (ii) The solicitation number is 36C24120Q0285 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. (iv) This requirement is being issued as a Large Business Open Market solicitation. The associated NAICS code is 561613 Transportation/Travel/Relocation Transportation: Security Vehicle with a small business size standard of $22.0 million. (v) The Government intends to award an indefinite delivery indefinite quantity for Armored Car Services for the Agent Cashiers and Veterans Canteen Services at VAMCs in VISN01 to include: Togus, ME; White River Junction, VT; Bedford, MA; Boston, MA- includes Brockton, Jamaica Plain and West Roxbury; Manchester, NH; Northhampton, MA; Providence, RI; Connecticut- includes Newington and West Haven. Please see the attached Performance Work Statement for full requirement details. Please complete the estimated Price Schedule and submit with the quote submission: Item Number Description Contract Period Estimated Quantity per Year Price Per Week Total Per Year 0001 BEDFORD - CASHIER pickups, 2/week Base 52     0002 BEDFORD - CANTEEN pickups, 2/week Base 52     0003 BOSTON: BROCKTON- CASHIER pickups 2/week Base 52     0004 BOSTON: BROCKTON- CANTEEN pickups 2/week Base 52     0005 BOSTON: JAMAICA PLAIN- CASHIER pickups 3/week Base 52     0006 BOSTON: JAMAICA PLAIN- CANTEEN pickups 3/week Base 52     0007 BOSTON: WEST ROXBURY- CASHIER pickups 2/week Base 52     0008 BOSTON: WEST ROXBURY- CANTEEN pickups 2/week Base 52     0009 CT: NEWINGTON - CASHIER pickups, 3/week Base 52     0010 CT: NEWINGTON - CANTEEN pickups, 3/week Base 52     0011 CT: WEST HAVEN - CASHIER pickups, 5/week Base 52     0012 CT: WEST HAVEN - CANTEEN pickups, 5/week Base 52     0013 MANCHESTER - CASHIER pickups, 1/week Base 52     0014 MANCHESTER - CANTEEN pickups, 1/week Base 52     0015 NORTHAMPTON - CASHIER pickups, 2/week Base 52     0016 NORTHAMPTON - CANTEEN pickups, 2/week Base 52     0017 PROVIDENCE - CASHIER pickups, 2/week Base 52     0018 PROVIDENCE - CANTEEN pickups, 2/week Base 52     0019 TOGUS - CASHIER pickups, 5/week Base 52     0020 TOGUS - CANTEEN pickups, 5/week Base 52     0021 WHITE RIVER JUNCTION - CASHIER pickups, 1/week Base 52     0022 WHITE RIVER JUNCTION - CANTEEN pickups, 2/week Base 52     1001 BEDFORD - CASHIER pickups, 2/week Option 1 52     1002 BEDFORD - CANTEEN pickups, 2/week Option 1 52     1003 BOSTON: BROCKTON- CASHIER pickups 2/week Option 1 52     1004 BOSTON: BROCKTON- CANTEEN pickups 2/week Option 1 52     1005 BOSTON: JAMAICA PLAIN- CASHIER pickups 3/week Option 1 52     1006 BOSTON: JAMAICA PLAIN- CANTEEN pickups 3/week Option 1 52     1007 BOSTON: WEST ROXBURY- CASHIER pickups 2/week Option 1 52     1008 BOSTON: WEST ROXBURY- CANTEEN pickups 2/week Option 1 52     1009 CT: NEWINGTON - CASHIER pickups, 3/week Option 1 52     1010 CT: NEWINGTON - CANTEEN pickups, 3/week Option 1 52     1011 CT: WEST HAVEN - CASHIER pickups, 5/week Option 1 52     1012 CT: WEST HAVEN - CANTEEN pickups, 5/week Option 1 52     1013 MANCHESTER - CASHIER pickups, 1/week Option 1 52     1014 MANCHESTER - CANTEEN pickups, 1/week Option 1 52     1015 NORTHAMPTON - CASHIER pickups, 2/week Option 1 52     1016 NORTHAMPTON - CANTEEN pickups, 2/week Option 1 52     1017 PROVIDENCE - CASHIER pickups, 2/week Option 1 52     1018 PROVIDENCE - CANTEEN pickups, 2/week Option 1 52     1019 TOGUS - CASHIER pickups, 5/week Option 1 52     1020 TOGUS - CANTEEN pickups, 5/week Option 1 52     1021 WHITE RIVER JUNCTION - CASHIER pickups, 1/week Option 1 52     1022 WHITE RIVER JUNCTION - CANTEEN pickups, 2/week Option 1 52     2001 BEDFORD - CASHIER pickups, 2/week Option 2 52     2002 BEDFORD - CANTEEN pickups, 2/week Option 2 52     2003 BOSTON: BROCKTON- CASHIER pickups 2/week Option 2 52     2004 BOSTON: BROCKTON- CANTEEN pickups 2/week Option 2 52     2005 BOSTON: JAMAICA PLAIN- CASHIER pickups 3/week Option 2 52     2006 BOSTON: JAMAICA PLAIN- CANTEEN pickups 3/week Option 2 52     2007 BOSTON: WEST ROXBURY- CASHIER pickups 2/week Option 2 52     2008 BOSTON: WEST ROXBURY- CANTEEN pickups 2/week Option 2 52     2009 CT: NEWINGTON - CASHIER pickups, 3/week Option 2 52     2010 CT: NEWINGTON - CANTEEN pickups, 3/week Option 2 52     2011 CT: WEST HAVEN - CASHIER pickups, 5/week Option 2 52     2012 CT: WEST HAVEN - CANTEEN pickups, 5/week Option 2 52     2013 MANCHESTER - CASHIER pickups, 1/week Option 2 52     2014 MANCHESTER - CANTEEN pickups, 1/week Option 2 52     2015 NORTHAMPTON - CASHIER pickups, 2/week Option 2 52     2016 NORTHAMPTON - CANTEEN pickups, 2/week Option 2 52     2017 PROVIDENCE - CASHIER pickups, 2/week Option 2 52     2018 PROVIDENCE - CANTEEN pickups, 2/week Option 2 52     2019 TOGUS - CASHIER pickups, 5/week Option 2 52     2020 TOGUS - CANTEEN pickups, 5/week Option 2 52     2021 WHITE RIVER JUNCTION - CASHIER pickups, 1/week Option 2 52     2022 WHITE RIVER JUNCTION - CANTEEN pickups, 2/week Option 2 52     3001 BEDFORD - CASHIER pickups, 2/week Option 3 52     3002 BEDFORD - CANTEEN pickups, 2/week Option 3 52     3003 BOSTON: BROCKTON- CASHIER pickups 2/week Option 3 52     3004 BOSTON: BROCKTON- CANTEEN pickups 2/week Option 3 52     3005 BOSTON: JAMAICA PLAIN- CASHIER pickups 3/week Option 3 52     3006 BOSTON: JAMAICA PLAIN- CANTEEN pickups 3/week Option 3 52     3007 BOSTON: WEST ROXBURY- CASHIER pickups 2/week Option 3 52     3008 BOSTON: WEST ROXBURY- CANTEEN pickups 2/week Option 3 52     3009 CT: NEWINGTON - CASHIER pickups, 3/week Option 3 52     3010 CT: NEWINGTON - CANTEEN pickups, 3/week Option 3 52     3011 CT: WEST HAVEN - CASHIER pickups, 5/week Option 3 52     3012 CT: WEST HAVEN - CANTEEN pickups, 5/week Option 3 52     3013 MANCHESTER - CASHIER pickups, 1/week Option 3 52     3014 MANCHESTER - CANTEEN pickups, 1/week Option 3 52     3015 NORTHAMPTON - CASHIER pickups, 2/week Option 3 52     3016 NORTHAMPTON - CANTEEN pickups, 2/week Option 3 52     3017 PROVIDENCE - CASHIER pickups, 2/week Option 3 52     3018 PROVIDENCE - CANTEEN pickups, 2/week Option 3 52     3019 TOGUS - CASHIER pickups, 5/week Option 3 52     3020 TOGUS - CANTEEN pickups, 5/week Option 3 52     3021 WHITE RIVER JUNCTION - CASHIER pickups, 1/week Option 3 52     3022 WHITE RIVER JUNCTION - CANTEEN pickups, 2/week Option 3 52     4001 BEDFORD - CASHIER pickups, 2/week Option 4 52     4002 BEDFORD - CANTEEN pickups, 2/week Option 4 52     4003 BOSTON: BROCKTON- CASHIER pickups 2/week Option 4 52     4004 BOSTON: BROCKTON- CANTEEN pickups 2/week Option 4 52     4005 BOSTON: JAMAICA PLAIN- CASHIER pickups 3/week Option 4 52     4006 BOSTON: JAMAICA PLAIN- CANTEEN pickups 3/week Option 4 52     4007 BOSTON: WEST ROXBURY- CASHIER pickups 2/week Option 4 52     4008 BOSTON: WEST ROXBURY- CANTEEN pickups 2/week Option 4 52     4009 CT: NEWINGTON - CASHIER pickups, 3/week Option 4 52     4010 CT: NEWINGTON - CANTEEN pickups, 3/week Option 4 52     4011 CT: WEST HAVEN - CASHIER pickups, 5/week Option 4 52     4012 CT: WEST HAVEN - CANTEEN pickups, 5/week Option 4 52     4013 MANCHESTER - CASHIER pickups, 1/week Option 4 52     4014 MANCHESTER - CANTEEN pickups, 1/week Option 4 52     4015 NORTHAMPTON - CASHIER pickups, 2/week Option 4 52     4016 NORTHAMPTON - CANTEEN pickups, 2/week Option 4 52     4017 PROVIDENCE - CASHIER pickups, 2/week Option 4 52     4018 PROVIDENCE - CANTEEN pickups, 2/week Option 4 52     4019 TOGUS - CASHIER pickups, 5/week Option 4 52     4020 TOGUS - CANTEEN pickups, 5/week Option 4 52     4021 WHITE RIVER JUNCTION - CASHIER pickups, 1/week Option 4 52     4022 WHITE RIVER JUNCTION - CANTEEN pickups, 2/week Option 4 52     (vi) The Contractor shall provide all resources necessary to provide Armored Car Services for the Agent Cashiers and Veterans Canteen Services in accordance with the attached Statement of Work. Please see the attached SOW for full requirement details. (vii) The Place of Performance are agent cashiers and canteen locations within VISN01 to include: VA Maine Healthcare System 1 VA Center, Augusta, ME 04330-6795 White River Junction VA Medical Center Vermont 215 North Main Street (Mailing)163 Veterans Drive (GPS) White River Junction, VT 05009-0001 Edith Nourse Rogers Memorial Veterans Hospital 200 Springs Road, Bedford, MA 01730-1114 VA Boston Healthcare System: Brockton Division 940 Belmont Street, Brockton, MA 02301-5596 Jamaica Plain Division 150 S. Huntington Avenue, Boston, MA 02130-4817 West Roxbury Division 1400 VFW Parkway, West Roxbury, MA 02132-4927 VA Medical Center Manchester, New Hampshire 718 Smyth Road, Manchester,NH 03104-7007 VA Central Western Massachusetts Healthcare System (Central and Western MA) 421 North Main Street, Leeds, MA 01053-9764 Providence VA Medical Center, 830 Chalkstone Avenue, Providence, RI 02908-4734 VA Connecticut Healthcare System Newington Campus 555 Willard Avenue, Newington CT 06111-2631 West Haven Campus 950 Campbell Avenue, West Haven, CT 06516-2770 (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 852.215-70 Service Disabled Veteran Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. (x) Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government shall evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.242-2 Clauses Incorporated by Reference, 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.217-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018), 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 Contractor Responsibilities (APR 1984). (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with your offer via the SAM.gov website or a written copy. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, (The following Wage Determination is applicable: WD 15-4009 (Rev.-7) was first posted on www.wdol.gov on 07/24/2018), 52.222-55, 52.222-62. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 04/15/2020 at 6:00 PM EST. RFQ responses must be submitted via email to: Monica.Acosta@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Monica Acosta (Monica.Acosta@va.gov). Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Monica.Acosta@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 2 days prior to the expiration date of this solicitation by 8:00 AM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission shall be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. When combined, past performance and technical capabilities are more important than price. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:  Price (Follow these instructions): Offeror shall complete the above Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items"", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant).  Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.  The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 3. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the SOW in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the SOW. b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the SOW. c. Contractor shall provide a quality control plan, which explains the offerors approach to quality control and methodologies. d. Contractor shall provide all current and relevant licenses and/or certifications for the State of Maine. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/68e501e4df3e40469633c7cab13aa223/view)
 
Place of Performance
Address: Multiple Locations See attached PWS, USA
Country: USA
 
Record
SN05717565-F 20200712/200710230157 (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.