Alabama Bids > Bid Detail

S201--Canteen Cleaning and Wheelchair Cleaning Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159287526344216
Posted Date: Aug 30, 2023
Due Date: Sep 13, 2023
Solicitation No: 36C24723Q1058
Source: https://sam.gov/opp/f86a76204a...
Follow
S201--Canteen Cleaning and Wheelchair Cleaning Services
Active
Contract Opportunity
Notice ID
36C24723Q1058
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 30, 2023 02:05 am EDT
  • Original Date Offers Due: Sep 13, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Department of Veterans Affairs Central Alabama VA Health Care System Montgomery , 36109
    USA
Description
Combined Synopsis/Solicitation Notice

This is a combined synopsis/solicitation for commercial services 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.
The solicitation number 36C24723Q1058 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract.
The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2023-04, June 2nd, 2023.
This solicitation intends to award a contract through a SDVOSB set-aside to a business associated with NAICS North American Industrial Classification System
Code 561720 and the Small Business Administration s (SBA) size standard is $22 Million.
The Veterans Health Administration (VHA) has a requirement for canteen/wheelchair cleaning services for the Central Alabama VA Health Care System. This is not a transportation procurement requirement. The procurement is only for canteen cleaning and wheelchair cleaning services. The Statement of Work (SOW) outlines the VA s requirement for canteen/ wheelchair cleaning services that meet the VHA specifications and high-quality threshold while integrating excellent environmental stewardship and professional services for the Central Alabama VA Health Care System. The selected vendor/contractor shall provide all management, supervision, labor, tools, materials, and equipment (except as otherwise provided), and shall plan, schedule, coordinate and ensure effective performance to provide Canteen Cleaning Services as described herein in accordance with the requirements of this solicitation/SOW at the Central Alabama Veterans Health Care System (CAVHCS), located at 215 Perry Hill Road, Montgomery AL 36109 (West Campus) and 2400 Hospital Road, Tuskegee, AL 36083 (East Campus).

Places of Performance: Central Alabama Veterans Health Care System (CAVHCS), located at 215 Perry Hill Road, Montgomery AL 36109 (West Campus) and 2400 Hospital Road, Tuskegee, AL 36083 (East Campus).

Period of Performance/Delivery Timeframe: Base plus four one-year options
Base Year: October 1, 2023 - September 30, 2024
Option Year 1: October 1, 2024 - September 30, 2025
Option Year 2: October 1, 2025 - September 30, 2026
Option Year 3: October 1, 2026 - September 30, 2027
Option Year 4: October 1, 2027 - September 30, 2028
The provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this solicitation.

Addendum:

All offeror quotes for this solicitation must be received electronically through email no later than Wednesday, September 13, 2023, 10:00 AM EST. Ensure to reference solicitation number 36C24723Q1058 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than Wednesday, September 6, 2023, 10:00 AM EST.
Offers shall be sent by email to LaTerrica Sewell at LaTerrica.Sewell@va.gov .
Offerors shall submit via email:

Include the signed SF 1449, Solicitation/Contract/Order for Commercial Items, with Blocks 12, 17a, 17b, 30a, 30b, and 30c; completed.

Provide pricing for all contract line items entered on the Schedule provided with the solicitation.

Offers shall provide a narrative capability statement verifying ability to execute the
requirements of the Statement of Work (SOW). To include certifications, relevant training, licensures and/or permits required to perform the work.
Receipt of Offers: All quotes shall be submitted on or before the offer due date shown on
page 1 of the Standard Form 1449; in Block 8.
Submissions of Offers are to be via electronic email to: LaTerrica.Sewell@va.gov .
The subject line is to have the RFQ# included: 36C24723Q1058.
The apparent awardees 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.
Past performance information shall be obtained from any sources available to the Government to include, but not limited to, PPIRS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will determine the total evaluated price by adding the total price for all options to the total price for the basic requirement.
52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021)
This requirement will be competed and awarded under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The contracting techniques associated with FAR Part 15 do not apply. The Government will make an award to the responsible Offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to compare what has been quoted to one another to select the quote that is best suited to fulfill the requirement. The evaluation factors outlined in this request for quote will determine suitability. Technical, Experience and past performance when combined are more important than price. The Government will award a contract resulting from this solicitation to the responsive, responsible Vendor in accordance with FAR 9.104-1 and whose quote conforms to the solicitation, and provides the best value to the Government, price and other non-price factors considered. Evaluation Approach. The non-price factors are more important than price. As such, the Government reserves the right to make an award to other than the lowest priced quoter if it is in the government s best interest to do so. Since award may be made to the Vendor with other than the lowest price, price is not necessarily the determining factor. The following factors shall be used to evaluate offers:

Technical Capability: The technical capability rating reflects the degree to which the proposed approach has demonstrated the ability to perform Restaurant Janitorial Services as required by the solicitation. The technical evaluation rating will be determined by evaluating the following: Offerors shall submit documentation illustrating a clear description of the management methodology that will be used for executing the effort described in the SOW. This description shall include:

a. Capabilities statement specifying the ability to provide service directly related to Restaurant Janitorial Services outlined in the Statement of Work (SOW) not to exceed 10 pages.

b. Offeror shall provide business licenses with the proposal.

c. Identifying key personnel and their experience/qualifications

d. Details of the offerors s internal quality assurance plan

(2) Experience/Past Performance: The basis of evaluation under this factor will be focused on the firm s experience in performing recent contracts and/or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar Restaurant Janitorial Services were successfully provided. Only quotes that demonstrate relevant experience with providing similar Restaurant Janitorial Services shall be eligible for award. Government and commercial sources will be accepted. The Contractor must regularly offer and engage in providing similar Restaurant Janitorial Services as described in this solicitation.

(3) Past Performance: The past performance evaluation will be accomplished by reviewing aspects of a Vendors recent and relevant past performance. The Offeror shall submit past performance information that is both recent (within the past three (3) years) and relevant (similar in size, scope, and complexity to the requirement being procured), if applicable. Recent and relevant past performance shall be discussed for the prime contractor and/or any major team members or teaming partners proposed to support this contract. The Offeror is provided an opportunity to submit a list of no more than three (3) of the Vendor s most recent and relevant past performance information on projects: similar in size, scope, and complexity to the requirement being procured under this solicitation, performed for Government agencies and/or commercial customers within the last three (3) years from the solicitation release date. The past performance submittals shall include (when applicable): Contract Number, Contracting Officers (CO): Name, Phone number and Email address, Contracting Officers Representatives (COR): Name, Phone number and Email address, Non-Government Points of Contact (if applicable), Total Contract Value at time of award and final price after any/all modifications, Initial Period of performance (POP) and final POP after any/all modifications, Narrative describing the requirement and reason for any modifications which effected price or performance period. The Government reserves the right to obtain past performance data from other sources than those identified by the Vendor in evaluating past performance. In the case of a Vendor without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Vendor may not be evaluated favorably or unfavorably on past performance. Therefore, the vendor shall be determined to have unknown past performance. In the context of confidence, the vendor will be evaluated as Unknown Confidence and shall be considered neutral.

(4) Price: Offeror shall complete the PRICE/COST SCHEDULE in the solicitation to include the total price of the base period and options. Insert the quoted unit and extended prices in Contract Line-Item Numbers (CLIN) 0001 through 4003. All unit prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458. The Government shall evaluate price to determine if it is considered fair and reasonable in accordance with FAR Part 13.106-3.

Non-price factors will be rated as Acceptable or Unacceptable as defined below. Each proposal will be evaluated against the SOW and the stated Evaluation Criteria. Each proposal is evaluated using the same standards.

Acceptable
ALL of the minimum acceptable criteria are clearly met by the proposal. The offeror's proposal meets the performance and technical capability requirements defined in the SOW.

Unacceptable
Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. Proposal fails to meet specified minimum performance and technical capability requirements defined in the SOW.

Complete Price and Cost schedule. To be eligible for award offerors must be registered in System for Award Management (SAM) prior to submission of quote in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. SDVOSB s must be certified and verified in VetBiz prior to submission.

(b) Options. 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).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Products and Commercial Services, with this solicitation or ensure SAM.gov is updated with current information.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition.
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):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
52.203-17
CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
JUN 2020
52.204-4
PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER
MAY 2011
52.204-9
PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL
JAN 2011
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
OCT 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
AUG 2020
52.228-5
INSURANCE WORK ON A GOVERNMENT INSTALLATION
JAN 1997
852.201-70
CONTRACTING OFFICER S REPRESENTATIVE
DEC 2022
852.203-70
COMMERCIAL ADVERTISING
MAY 2018
852.204-70
PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL
MAY 2020
852.215-70
SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS
JAN 2023

852.215-71
EVALUATION FACTOR COMMITMENTS
OCT 2019
(End of Clause)

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):
http://www.acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp

52.204-7
SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
AUG 2020
52.229-11
TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATION
JUN 2020
852.215-72
NOTICE OF INTENT TO RE-SOLICIT
OCT 2019
852.233-70
PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION
OCT 2018
852.239-75
INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE
FEB 2023

(End of Provision)

Attachments/Links
Attachments
file uploads

Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 30, 2023 02:05 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >