The RFP Database
New business relationships start here

EMS Equipment Preventive Maintenance Service


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

Page 1 of 5
Page 1 of 5
COMBINED SYNOPSIS/SOLICITATION
JANITORIAL CLEANING EQUIPMENT SERVICE AND REPAIR
BUFFALO VA MEDICAL CENTER
(i) This is a combined synopsis/solicitation for a commercial item/service prepared in accordance with the format in FAR Subpart 12.6 and Far part 13 - Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0577.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1.
(iv) This procurement is being issued as a total Small Business set aside. The North American Industry Classification System (NAICS) code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $7.5 Million.
(v) The Contractor shall provide pricing to complete all requirements listed in the attached Scope of Work (SOW). See attached SOW. Any costs for travel must be built into the price for each 4 hour service block.


Line Item
DESCRIPTION
Price
Quantity
Extended Price
0001
JANITORIAL CLEANING EQUIPMENT SERVICE AND REPAIR

Provide one qualified technician to provide one half day (4 hours) of repair work and preventive maintenance




48

0002
Provide two (2) hours of training quarterly to EMS staff outside of the 4 hour requirement

4

1001
Option year 1 JANITORIAL CLEANING EQUIPMENT SERVICE AND REPAIR

Provide one qualified technician to provide one half day (4 hours) of repair work and preventive maintenance

48

1002
Option year 1 - Provide two (2) hours of training quarterly to EMS staff outside of the 4 hour requirement

4

2001
Option year 2 JANITORIAL CLEANING EQUIPMENT SERVICE AND REPAIR

Provide one qualified technician to provide one half day (4 hours) of repair work and preventive maintenance

48

2002
Option year 2 - Provide two (2) hours of training quarterly to EMS staff outside of the 4 hour requirement

4

3001
Option year 3 JANITORIAL CLEANING EQUIPMENT SERVICE AND REPAIR

Provide one qualified technician to provide one half day (4 hours) of repair work and preventive maintenance

48

3002
Option year 3 - Provide two (2) hours of training quarterly to EMS staff outside of the 4 hour requirement

4

4001
Option year 4 JANITORIAL CLEANING EQUIPMENT SERVICE AND REPAIR

Provide one qualified technician to provide one half day (4 hours) of repair work and preventive maintenance

48

4002
Option year 4 - Provide two (2) hours of training quarterly to EMS staff outside of the 4 hour requirement

4


(vi) Description of requirement (See attached Performance Work Statement to include Wage determination information): The contractor shall provide all labor identified in the SOW.

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.
FOB Destination
Buffalo VA Medical Center
3495 Bailey Avenue
Buffalo, NY 14215

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1:
52.203-18B B Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017)
52.204-22 Alternative Line Item Proposal (JAN 2017)
52.217-5 Evaluation of Options (JUL 1990)
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(ix) Evaluation will be determined based on Best Value to the Government IAW FAR Subpart 13.106-1(a)(2). The government shall determine Best Value to the Government based on the following evaluation criteria:
(1)Technical Capability:
All offerors must present a capability statement demonstrating their ability to meet the requirements of the Performance Work Statement.
Technician Qualifications
Minimum of 3 years of experience servicing janitorial cleaning supplies found in Exhibit A. of the SOW
Describe all relevant certifications and education relating to servicing equipment as found in Exhibit A. of the SOW
(2) Past Performance: The Government shall review CPARS and requests the contractor provide a list of contracts or purchase orders completed during the past three (3) years and all contracts and subcontracts currently in process for performance of similar nature, scope and complexity to this requirement.
(3) Price
The Government reserves the right to make award without discussions.

(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)
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.219-14 Limitations on Subcontracting (Jan 2017)
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.215-71 Evaluation Factor Commitments (DEC 2009)
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. The following FAR clauses are applicable to the acquisition:

52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015)
52.219-6, Notice of Total Small Business Set-Aside (NOV 2011)
52.219-28, Post Award Small Business Program Rerepresentation (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)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
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)
52.232-34, 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)
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)

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

(xiv) N/A

(xv) Quotes are required to be received NO LATER THAN 12:00 PM EDT, Thursday, June 1st, 2017. Quotes and supporting documentation must be emailed to Joseph Cellino at joseph.cellino@va.gov.

(xvi) Direct your questions to Joseph Cellino, Contracting Specialist, 716-862-7895; joseph.cellino@va.gov.

Joseph Cellino
joseph.cellino@va.gov
716-862-7895

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP