The RFP Database
New business relationships start here

Copy of Fonda CBOC Janitorial Contract (VA-18-00057970)


New York, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 6 of 11
COMBINED SYNOPSIS/SOLICITATION JANITORIAL SERVICES AT THE FONDA, NY CBOC
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR 13. Simplified Acquisition Procedures for Commercial Items , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; packages are requested and a written pre-solicitation will not be issued.
(ii) This solicitation is being issued as a request for quote (RFQ). The Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q9656.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98.
(iv) This procurement is being issued as a total Service Disabled Veteran Owned Small Business (SDVOSB) set aside. The North American Industry Classification System (NAICS) code is 561720, Custodial Janitorial Services, with a small business size standard of $18.0 Million.

(v) The Contractor shall provide pricing to provide Fonda CBOC Janitorial Services. See Attached table (It is not mandatory to use this table specifically but it is encouraged. The contract specialist will need to distinguish between the varying costs of the procurement in order to make a determination on price reasonableness.)

(vi) Description of requirement
Statement of Work (SOW) For VISN 2 Fonda CBOC Janitorial Services

I. SCOPE OF WORK

The Contractor shall provide all labor, tools, and materials (excluding those provided by the VA and described in Section 3.1), supplies, appropriate equipment and supervision, necessary to professionally clean and maintain the CBOC located at Fonda, NY at an acceptable level of cleanliness that meets the requirements for a medical clinic. The clinic is located at State Highway 30A, Camp Mohawk Plaza, Fonda NY, 12068. The total space of the building is 2350 square feet. The space has 810 square feet of tiled fllors and 1140 square feet of carpet. There are 13 outside windows in the office. The windows are 57 inches high by 45 inches wide. There are three restrooms. The government will provide all consumables.


II. GENERAL REQUIREMENTS:
Toilets & Bathroom areas:
Five times/week :
Floor shall be swept & wet-mopped using a disinfectant.
Water closets & urinals shall be cleaned and sanitized; traps to be maintained free from odor at all times; washbasins to be cleaned.
Mirrors, shelving, dispensers & chrome fixtures shall be damp-wiped and polished and sanitized.
All other surfaces shall be spot cleaned and horizontal and vertical surfaces damp wiped.
Paper towel waste receptacles shall be emptied; soap, towel and toilet paper dispensers shall be refilled completely.
Weekly :
Waste paper receptacles shall be damp-wiped inside & out.
Monthly:
Full surface area of wall, baseboards, stall partitions, and doors shall be damp-wiped.
Floors shall be scrubbed.
Office Areas, Exam Rooms, Conference Rooms, Patient Waiting Area, Adjacent Corridors
Five times/week:
Wastebaskets shall be emptied and wastepaper & trash to be removed to main dumpster.
Horizontal surfaces of desks to be dusted with a treated cloth.
Floor to be swept to remove all obvious surface dust, dirt, and litter from traffic areas & from under furniture.
Rugs to be spot cleaned cleaned as needed for stain removal.
Rugs vacuumed.
Once/week:
Dust horizontal and vertical surfaces of files, chairs, tables, bookcases, window sills and other furniture with treated dust cloth. Polish wood.
Dust, damp wipe, and clean as needed office non-covered office equipment: phones, copy machines computers, etc.
Monthly:
Damp wipe and clean as needed horizontal and vertical surfaces of files, chairs, tables, bookcases, window sills and other furniture; damp wipe and clean as needed non-covered office equipment: phones, copy machines, computers, etc.
Corridors & Lobbies
Five times/week :
Floors swept, and if carpeted, vacuumed. Resilient floors having exterior building entrances to be damp mopped.
Drinking fountains to be cleaned and polished.
Once/week:
Resilient floors to be damp- mopped.(on all floors without exterior building entrances).
Quarterly:
Resilient flooring in exam rooms and normal (every 90 calendar days) areas to be stripped and refinished with high gloss, non-slip finish
Entrances glass (Front & Side)
Three times/week:
Interior and exterior of entrance glass & doors are to be spot cleaned daily and fully cleaned twice a week.
Once/week:
Unpainted metal doors are to be damp-wiped.
Waste Collection Removal
Five times/week :
All refuse, trash & garbage collected & removed from building to the dumpster.
Plastic bags to be replaced upon removal of waste trash & garbage.
Weekly:
Waste cans used for collection of food remnants are to be washed inside & outside, or steam cleaned. (Located in kitchen)
All rooms
Every other week:
All wall surfaces within approximately 70" off the floor shall be spot cleaned.
Dust to remove cobwebs.
Once/month:
Glass in doors, partitions, pictures & bookcases are to be damp-wiped.
Quarterly: (every 90 calendar days)
Resilient flooring to be stripped, waxed & buffed. Use high gloss non-slip finish floor wax.
Three times/year (every 120 calendar days)
All surfaces in the building approximately 70" or more from the floor are to be cleaned by dusting or vacuuming. This includes venetian blinds and light fixtures.
Twice/Year:
Carpets to be steam cleaned in October & April.
Twice/year:
All interior window glass, glass deflectors, clear and opaque glass in partitions, doors and transoms shall be washed.
Once/year:
All venetian blinds are shall be washed. When removed for cleaning, blinds shall be replaced within 2 days.
All light fixtures shall be washed inside and out.
Carpeted Areas
As needed:
Stains shall be removed from all carpets in the building.
Quarterly:
Vacuum/dust and wipe all upper level surfaces (walls, ceiling, beams, vents, ductwork, and light fixtures).
Semi-annual:
Shampoo all carpeted areas including entranceway, lobby, all hallways, and administrative, clerical, and clinical areas.
Kitchen :
Semi-annual:
Clean kitchen stove vent outside
Building:
Semi-annual:
Clean room vents (input and output) As needed:
VA shall provide Paper towels, toilet paper, plastic trash bags, and hand soap.


III. HOURS OF WORK AND SCHEDULING
Cleanings shall occur between the hours of 4:30 P.M. and 9:00 P.M CST., Monday through Friday, excluding legal and/or public holidays. It is possible that contractor and customer will agree to alternate cleaning schedule as long as they occur outside of normal business hours.

IV. SAFETY AND SECURITY

The Contractor shall, at all times, exercise care and caution in performing the duties described in the statement of work so as not to cause injury to themselves or other persons. The Contractor shall perform the assigned tasks and duties in accordance with VA, NCS, and OSHA regulation and policies.

The Contractor and Contractor s employees shall follow the VA Medical Center/CBOC smoking policy. Policy is available at the Fonda CBOC.
All debris resulting from Janitorial services shall be disposed of in Government provided dumpster designated by the COR.
The Contractor shall be responsible for any damage to Government and/or personal property. All damage by the Contractor shall be repaired or replaced by the Contractor at no additional cost to the Government.
Contractor shall be responsible to provide Material Safety Data Sheets (MSDS), for all applicable items used in the performance of this contract, to the COR in accordance with the conformance standards. All cleaning agents shall be clearly labeled.


V.. QUALITY ASSURANCE AND QUALITY CONTROL

The VA will use a Quality Assurance Surveillance Plan (QASP) to evaluate the performance of the contractor. The QASP shall be provided to the contractor post award. As part of this QASP, the customer will perform inspection of the work and adhere to the incentives and disincentives for positive and negative performance, respectively. These disincentives may include but not be limited to performance reporting incentives or disincentive or withholding of payment for nonconformance.

The Contractor shall provide a quality control plan as part of their package. The quality control plan shall detail the contractors plan to mitigate errors in service, track performance, and correct for failures to perform in accordance with this statement of work. This quality control plan must be comprehensive and fully detail quality control measures that are specific to this requirement. It must specifically address the maintaining of quality of the area services and the integrity of the workspace. It must address inspection of finished work and testing for potential nonconformance issues related to the tasks described in this statement of work. The contractor must describe the method of tracking to ensure all duties have been accomplished.

Period of Performance:
The base period for this requirement is October 1, 2018 through September 30, 2019 with provision of 1 option years.
Contracting Office Address:
VISN 2 Network Contracting Office - Albany
20 Madison Ave Extension
Albany, New York 12203
Place of Performance:
Fonda VA Community Based Outpatient Clinic
State Highway 30A, Camp Mohawk Plaza, Fonda NY, 12068

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference:

solicitation number for this requirement as 36C24218Q9656
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all of the technical evaluation sub-factors. Failure to address all of the sub-factors will result in your package being determined incomplete.
Terms of any express warranty
Quality Control Plan
Price. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete.
Acknowledgement of any solicitation amendments
Past performance information
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.

Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration.

The following provisions are included as addenda to FAR 52.212-1:


852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
(a) 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 following factors shall be used to evaluate offers:
Evaluation Factors for Confidential Document Destruction Container Collection/Removal Services
Environmental Management Service

Technical: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualifications of the offeror s capability statement.

Subfactor A Performance capability
The offeror s performance capability document shall include a detailed statement of contractor s capability in reference to this requirement.

Subfactor B Quality Control Plan
The offeror s Quality Control Plan shall include the details described in the statement of work section of this solicitation.

Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for the contracting officer to properly evaluate price reasonableness.
Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process.

The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.

Failure to provide the information requested in the evaluation criteria may result in being found non-responsive.


(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)

This requirement includes options executed under FAR 52.217-8. 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 efforts, and adding that amount to the base and other option years to arrive at the total.

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:

52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
CL-120 Supplemental Insurance Requirements
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
(JUL 2016)
852.203-70 Commercial Advertising (JAN 2008)
852.215-71 Evaluation Factor Commitments (DEC 2009)
852.232-72 Electronic Submission Of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011)


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.

52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)
52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (APR 2015)
52.222-50, Combating Trafficking in Persons (MAR 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013)
52.222-41, Service Contract Labor Standards (MAY 2014)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-50, Combating Trafficking in Persons (MAR 2015)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013)
52.222-17, Nondisplacement of Qualified Workers (MAY 2014)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014)

(xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation

(xiv) N/A

(xv) This is an open-market total Service Disabled Veteran Owned Small Business set-aside combined synopsis/solicitation for Janitorial Services at the Fonda VA CBOC as defined herein.B B The government intends to award a contract 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:"
The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition.
Submission shall be received not later than 4:00 PM EST, Friday July 27, 2018.B The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov.B Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Monday July 23, 2018 @ 2:00pm EST.

(xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov.





WAGE DETERMINATION
OCCUPATION CODE - TITLE RATE
11150 - Janitor $12.25
ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:
HEALTH & WELFARE: $4.41 per hour or $176.40 per week or $764.40 per month
HEALTH & WELFARE EO 13706: $4.13 per hour, or $165.20 per week, or $715.87 per month*
*This rate is to be used only when compensating employees for performance on an SCA-
covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal
Contractors. A contractor may not receive credit toward its SCA obligations for any
paid sick leave provided pursuant to EO 13706.

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or
successor; 3 weeks after 8 years, 4 weeks after 15 years, and 5 weeks after 25 years.
Length of service includes the whole span of continuous service with the present
contractor or successor, wherever employed, and with the predecessor contractors in
the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)

HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther
King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day,
Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A
contractor may substitute for any of the named holidays another day off with pay in
accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174)

Murray, Anthony
518-626-6138
anthony.murray2@va.gov

CONTRACTING OFFICER

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP