Search Contract Opportunities

JANITORIAL SERVICES ABRAHAM LINCOLN NATL CEMETERY

ID: 36C78619Q0027 • Type: Synopsis Solicitation

Description

Posted: Sept. 20, 2018, 7:04 a.m. EDT
36C78619Q0027 Amendment 0003 Contract Clause 562.208-9 is hereby incorporated into this solicitation in its entirety Contractor Use of Mandatory Sources of Supply or Services (May 2014) (a) Certain supplies or services to be provided under this contract for use by the Government are required by law to be obtained from nonprofit agencies participating in the program operated by the Committee for Purchase From People Who Are Blind or Severely Disabled (the Committee) under 41 U.S.C. 8504. Additionally, certain of these supplies are available from the Defense Logistics Agency (DLA), the General Services Administration (GSA), or the Department of Veterans Affairs (VA). The Contractor shall obtain mandatory supplies or services to be provided for Government use under this contract from the specific sources indicated in the contract schedule. (b) The Contractor shall immediately notify the Contracting Officer if a mandatory source is unable to provide the supplies or services by the time required, or if the quality of supplies or services provided by the mandatory source is unsatisfactory. The Contractor shall not purchase the supplies or services from other sources until the Contracting Officer has notified the Contractor that the Committee or an AbilityOne central nonprofit agency has authorized purchase from other sources. (c) Price and delivery information for the mandatory supplies is available from the Contracting Officer for the supplies obtained through the DLA/GSA/VA distribution facilities. For mandatory supplies or services that are not available from DLA/GSA/VA, price and delivery information is available from the appropriate central nonprofit agency. Payments shall be made directly to the source making delivery. Points of contact for AbilityOne central nonprofit agencies are: (1) National Industries for the Blind 1310 Braddock Place Alexandria, VA 22314-1691 (703) 310-0500; and (2) NISH 8401 Old Courthouse Road Vienna, VA 22182 (571) 226-4660. (End of clause) 2. Date for receipt of offers is hereby extended to September 27, 2018 12:00 noon. 3.All other terms and conditions remain unchanged.
Posted: Sept. 14, 2018, 5:06 p.m. EDT
Posted: Sept. 8, 2018, 2:42 p.m. EDT
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Tiered Evaluation Solicitation Number: 36C78619Q0027 Post Date: 09/08/2018 Original Response Date: 09/21/2018 at 12:00 pm Applicable NAICS: 561720 Classification Code: S201 Set Aside Type: Service Disabled Veteran Owned Small Business Period of Performance: Date of Award September 30, 2019 with (4) one-year options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Abraham Lincoln National Cemetery 20953 West Hoff Road Elwood, IL 60421 Attachments: A Wage Determination No. 2015-5019, Revision 10 B Performance Work Statement C Past Performance Questionnaire D List of References 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78619Q0027. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-100 Effective August 22, 2018. This is a 100% set-aside for Service Disabled Veteran Owned Small Business The applicable North American Industrial Classification System (NAICS) code for this procurement is 561720, with a business size standard of $18.0 million. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Requirements Contract. Scope: The contractor shall be responsible for providing janitorial services at Abraham Lincoln National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide janitorial services at Abraham Lincoln National Cemetery located in Elwood, IL 60421 following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, terms and conditions contained in this solicitation. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. PRICE SCHEDULE Provide all necessary labor, materials, supplies, tools and equipment (to include Safety Data Sheets) to perform janitorial services at Abraham Lincoln National Cemetery in Elwood, Illinois for the period October 1, 2018 through September 30, 2018 (base period) with four (4) 1-year options to extend the term of the contract, if exercised through September 30, 2023, in accordance with all terms, conditions, and specifications contained in this contract: Base Period: October 1, 2018 through September 30, 2019 CLIN Description EST. QTY Unit Cost/ Unit Year Total DAILY 0001 Janitorial Services at Administration Building 12 Monthly $_______ $_________ 0002 Janitorial Services at Public Information Building (Weekdays & Holidays) 12 Monthly $_______ $_________ 0003 Weekend Janitorial Services at Public Information Building (Restrooms & Breezeway Only) Saturdays & Sundays 52 Weekends $_______ $_________ 0004 Janitorial Services at Honor Guard Building (Weekdays) 12 Monthly $_______ $_________ SEMI-ANNUAL 0005 Clean Interior & Exterior Windows, Sills, Light Fixtures Window Blinds & HVAC at PIC/Honor Guard & Administration Buildings 2 Each $_______ $_________ 0006 Shampoo Carpets and Rugs at PIC and Admin Buildings 2 Each $_______ $_________ 0007 Strip and Wax floors in Administration Building 2 Each $_______ $_________ 0008 Scrub and Clean Floors (ceramic and limestone floors) 2 Each $_______ $_________ Total Base Year: $_________ Option Year One: October 1, 2019 through September 30, 2020 CLIN Description Est. QTY Unit Cost/ Unit Year Total DAILY 1001 Janitorial Services at Administration Building 12 Monthly $_______ $_________ 1002 Janitorial Services at Public Information Building (Weekdays & Holidays) 12 Monthly $_______ $_________ 1003 Weekend Janitorial Services at Public Information Building (Restrooms & Breezeway Only) Saturdays & Sundays 52 Weekends $_______ $_________ 1004 Janitorial Services at Honor Guard Building (Weekdays) 12 Monthly $_______ $_________ SEMI-ANNUAL 1005 Clean Interior & Exterior Windows, Sills, Light Fixtures Window Blinds & HVAC at PIC/Honor Guard & Administration Buildings 2 Each $_______ $_________ 1006 -Shampoo Carpets and Rugs at PIC and Admin Buildings 2 Each $_______ $_________ 1007 Strip and Wax floors in Administration Building 2 Each $_______ $_________ 1008 Scrub and Clean Floors (ceramic and limestone floors) 2 Each $_______ $_________ Option Year 1: $_________ Option Year Two: October 1, 2020 through September 30, 2021 CLIN Description Est. QTY Unit Cost/ Unit Year Total DAILY 2001 Janitorial Services at Administration Building 12 Monthly $_______ $_________ 2002 Janitorial Services at Public Information Building (Weekdays & Holidays) 12 Monthly $_______ $_________ 2003 Weekend Janitorial Services at Public Information Building (Restrooms & Breezeway Only) Saturdays & Sundays 52 Weekends $_______ $_________ 2004 Janitorial Services at Honor Guard Building (Weekdays) 12 Monthly $_______ $_________ SEMI-ANNUAL 2005 Clean Interior & Exterior Windows, Sills, Light Fixtures Window Blinds & HVAC at PIC/Honor Guard & Administration Buildings 2 Each $_______ $_________ 2006 -Shampoo Carpets and Rugs at PIC and Admin Buildings 2 Each $_______ $_________ 2007 Strip and Wax floors in Administration Building 2 Each $_______ $_________ 2008 Scrub and Clean Floors (ceramic and limestone floors) 2 Each $_______ $_________ Option Year 2: $_________ Option Year Three: October 1, 2021 through September 30, 2022 CLIN Description Est. QTY Unit Cost/ Unit Year Total DAILY 3001 Janitorial Services at Administration Building 12 Monthly $_______ $_________ 3002 Janitorial Services at Public Information Building (Weekdays & Holidays) 12 Monthly $_______ $_________ 3003 Weekend Janitorial Services at Public Information Building (Restrooms & Breezeway Only) Saturdays & Sundays 52 Weekends $_______ $_________ 3004 Janitorial Services at Honor Guard Building (Weekdays) 12 Monthly $_______ $_________ SEMI-ANNUAL 3005 Clean Interior & Exterior Windows, Sills, Light Fixtures Window Blinds & HVAC at PIC/Honor Guard & Administration Buildings 2 Each $_______ $_________ 3006 Shampoo Carpets and Rugs at PIC and Admin Buildings 2 Each $_______ $_________ 3007 Strip and Wax floors in Administration Building 2 Each $_______ $_________ 3008 Scrub and Clean Floors (ceramic and limestone floors) 2 Each $_______ $_________ Option Year 3: $_________ Option Year Four: October 1, 2022 through September 30, 2023 CLIN Description Est QTY Unit Cost/ Unit Year Total DAILY 4001 Janitorial Services at Administration Building 12 Monthly $_______ $_________ 4002 Janitorial Services at Public Information Building (Weekdays & Holidays) 12 Monthly $_______ $_________ 4003 Weekend Janitorial Services at Public Information Building (Restrooms & Breezeway Only) Saturdays & Sundays 52 Weekends $_______ $_________ 4004 Janitorial Services at Honor Guard Building (Weekdays) 12 Monthly $_______ $_________ SEMI-ANNUAL 4005 Clean Interior & Exterior Windows, Sills, Light Fixtures Window Blinds & HVAC at PIC/Honor Guard & Administration Buildings 2 Each $_______ $_________ 4006 Shampoo Carpets and Rugs at PIC and Admin Buildings 2 Each $_______ $_________ 4007 Strip and Wax floors in Administration Building 2 Each $_______ $_________ 4008 Scrub and Clean Floors (ceramic and limestone floors) 2 Each $_______ $_________ Option Year 4: $_________ Services to be Provided: See Attachment B Performance Work Statement SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Abraham Lincoln National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Quincy McCall, Director; Phone: 815-423-9958 Timothy Jilek, Foreman, Phone 815-423-9958 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 09/21/2018. Responses to this announcement will result in a Firm-Fixed Price Requirements Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone. Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation -Past Performance Questionnaire (Attachment C) -List of References (Attachment D) Proposals shall be submitted via email or via mail to the following addresses: Email: john.carlock@va.gov Mail: 575 N. Pennsylvania Street Midwest District, Suite 495 Indianapolis, IN 46204 For proposals mailed, proposals shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration. Questions pertaining to this announcement shall be sent by email to: john.carlock@va.gov . Telephone inquiries will not be accepted. Evaluation Process: The Government intends to award a firm fixed price, Requirements contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government also has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate offers: Pricing: The sum of all the CLINs, to include options, will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability Demonstrated experience performing this requirement Demonstrated qualifications to perform services Use of Sub-Contractors Contractor SHALL have a license to conduct business in the state of Ohio and shall submit a copy with their offer Past Performance SDVOSB Status verification in CVE Proposal Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing. -Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: john.carlock@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment D) to the contracting officer. The completed list of references shall be included with the offeror s proposal submission. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Aug 2018) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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 solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $25,000.00 | $45,000.00| 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Apr 2018) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9). (c)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) Employee Class Monetary Wage Fringe Benefits Laborer, Grounds Maintenance WG 3-1 $13.70 + $4.50 End of Document

Overview

Response Deadline
Sept. 27, 2018, 1:00 a.m. EDT (original: Sept. 21, 2018, 1:00 a.m. EDT) Past Due
Posted
Sept. 8, 2018, 2:42 p.m. EDT (updated: Sept. 20, 2018, 7:04 a.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 9/8/18 National Cemetery Administration issued Synopsis Solicitation 36C78619Q0027 for JANITORIAL SERVICES ABRAHAM LINCOLN NATL CEMETERY due 9/27/18. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 561720 (SBA Size Standard $22 Million) and PSC S.
Primary Contact
Name
John M. Carlock john.carlock@va.gov 317-916-3863 john.carlock@va.gov
Email
Phone
None

Secondary Contact

Name
None   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 36C78619Q0027

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 36C78619Q0027

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C78619Q0027

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C78619Q0027

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NATIONAL CEMETERY ADMIN (36C786)
FPDS Organization Code
3600-00786
Source Organization Code
100173491
Last Updated
Oct. 27, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 27, 2018