Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 24, 2000 PSA #2712
SOLICITATIONS

S -- POOL CLEANING AND MAINTENANCE

Notice Date
October 20, 2000
Contracting Office
Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Bldg 149, Long Beach, CA 90822
ZIP Code
90822
Solicitation Number
RFQ 600-006-01
Response Due
November 9, 2000
Point of Contact
Mo Clary PH:(562) 961-8061 FAX: (562) 961-8067
E-Mail Address
Click here to contact the Contracting Officer via (mo.clary@med.va.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition Regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. This procurement is set-aside 100% for small business. Based upon this Solicitation No. RFQ 600-006-01, the Government intends to award a contract for base year, with four (4) one-year option renewal periods, for delivery of the following service and supplies to the Patient Therapy Pool, B200, Sepulveda Ambulatory Care Center, VA Greater Los Angeles Regional Healthcare System, 16111 Plummer Street, Sepulveda, CA 90343. SUPPLIES OR SERVICES AND PRICES/COSTS. (The quantity expressed for each of the following line items is estimated.) Line Item 1 -- Cleaning & Maintenance (labor, tools, equipment, parts, and chemical supplies) of Patient Therapy Pool. Service will be done weekly and will include vacuuming, brushing plaster, cleaning tile, cleaning pump and skimmer basket, water analysis, and filter cleaning. Unit of issue is "treatment". Requirement is two treatments per week, for a total of 104 treatments per year. (Quotation shall be based on fixed cost per treatment.) Line Item 2 -- Chlorine, est. quantity = 360, unit = gallon. Line Item 3 -- Muratic Acid, est. quantity = 180, unit = gallon. Line Item 4 -- pH Balance, est. quantity = 50, unit = pound. Line Item 5 -- Soda Ash, est. quantity = 100, unit = pound. (Express estimate for each line item in terms of both "Unit Price" and "Extended Amount" (annual cost based on product of unit cost and estimated annual quantities provided above.) SPECIFICATIONS/REQUIREMENTS/SCOPE OF WORK. a. Liaison: The Contractor shall designate one (1) employee responsible for routine liaison in the performance and administration of the contract. This person shall report to the designated VA Facility Maintenance Operations Foreman/Contracting Officer's Technical Representative (Willie Norman, 818/891-7711 ext. 9740). When problems are encountered, the liaison shall respond to telephone inquiries within three hours of notification. b. Evidence of Insurance Coverage: Before commencing work under this contract, the Contractor shall furnish to the Contracting Officer, a certificate of insurance indicating the minimum coverage as stated below, in accordance with FAR 28.307-2. Coverage must be must be maintained throughout the contract period. (1) Worker's compensation and employer's liability: Employer's liability coverage of at least $100,000.00 is required, except in States with exclusive or monopolistic fund that do not permit worker's compensation to be written by private carriers. (2) General liability: $500,000.00 per occurrence. (3) Automobile Liability: $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage. The Contractor is required to provide copies of proof of coverage within 15 days after notification of contract award. c. Performance. Contractor shall perform work without interference to therapeutic pool operations. Work required in the performance of this contract shall normally be performed between the hours of 7:30 a.m. and 4:30 p.m., Monday through Friday. If the Contractor finds it necessary to provide services at hours other than those specified, the Contractor shall make arrangements with the COTR a minimum of one working day prior to the day on which the service shall occur. Only those services specified herein are authorized. Before performing any service of a non-contract nature, the Contractor shall advise the Contracting Officer of the reasons for the additional work. Changes to the resulting contract are not authorized, unless in writing by the Contracting Officer. d. Invoices. Invoices shall be itemized to include the following: (1) invoice number and date; (2) contract number; (3) purchase order/obligation number and date; (4) net payment due. Contractor shall submit original monthly invoice, pre-printed with vendor's name and address, to: VA Finance Center (691), P.O. Box 149971, Austin TX 78714. Effective January 1, 1999, payment shall be made by electronic funds transfer (EFT), or by Government commercial credit card. The order facility shall inform the Contractor at the time the order is placed that the credit card method of payment is desired and shall provide the necessary instructions for processing. e. Identification Badge/Uniform. All Contractor personnel are required to wear ID badges during the entire time they are on VA grounds. ID badges must have an identification picture and shall state the name of the individual and the company represented. Contractor personnel shall wear attire or uniforms that are as neat and clean as practical in the accomplishment of their work. CLAUSES/PROVISIONS. Contract clauses and provisions cited in this solicitation may be accessed electronically at these addresses; http://www.arnet.gov/far/ and http://www.va.gov/oa&,,/vaar/. Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses/Provisions: a. 52.212-1 Instructions to Offerors-Commercial Items; b. 52.212-3 Offeror Representations and Certifications Commercial Items; c. 52.212-4 Contract Terms and Conditions-Commercial Items; d. 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; e. 52.215-5 Facsimile Proposals (fax offers are accepted at 562/961-8067). Offerors must hold offer prices firm a minimum of 30 calendar days from date specified for receipt.); f. 52.216-28 Ordering; g. 52.217.8 Option to Extend Services; h. 52.217-9 Option to Extend the Term of the Contract; i. 52.228-5 Insurance Work on a Government Installation; j. 52.237.2 Protection of Government Buildings, Equipment, and Vegetation; and k. 52.242-15 Stop-Work Order. Incorporated herein by reference are the following VA Acquisition Regulation (VAAR) Clauses/Provisions: a. 852.237-70 Contractor Responsibilities; b. 852.237-71 Indemnification and Insurance; c. 852.270-1 Representatives of Contracting Officers; and d. 852.270-4 Commercial Advertising. INSTRUCTIONS/ CONDITIONS/NOTICES TO OFFERORS. Offerors shall complete and return all information designated in FAR 52.212-1, "Instructions to Offerors Commercial Items" paragraph "b". For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form (SF 3881) and submit to the VA finance Center in Austin, TX. REPRESENTATIONS AND CERTIFICATIONS. Offerors shall provide information requested in FAR 52.212-3 by printing and completing the provision accessed at http://www.arnet.gov/far/. If the Offeror does not have Internet access, based on telephone request, the Government Point of Contact specified below shall provide this provision format via fax. ADDRESS OFFERS TO: Contracting Officer, (600/NBC/MP), Department of Veterans Affairs, 5901 East Seventh Street, Bldg. 149, Long Beach, CA 90822. Award of a firm-fixed price contract shall be made to the responsible offeror based on capability to meet the qualitative, quantitative and timeliness standards specified herein, past performance in meeting similar standards, and price. Point of Contact for this synopsis/solicitation: Mo Clary at (562) 961-8061. Facsimile offers are accepted at (562) 961-8067. OFFERS ARE DUE BY 3:00 P.M. CALIFORNIA LOCAL TIME ON NOVEMBER 9, 2000.
Record
Loren Data Corp. 20001024/SSOL004.HTM (W-294 SN5048R5)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on October 20, 2000 by Loren Data Corp. -- info@ld.com