The RFP Database
New business relationships start here

FY19 New - Midwest District - Jefferson Barracks National Cemetery - Janitorial Services


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

RFQ FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78619Q0364
Post Date: 06/22/2019
Original Response Date: 07/22/2019 at 12:00 pm
Applicable NAICS: 561720
Classification Code: S201
Set Aside Type: Service Disabled Veteran Owned Small Business
Period of Performance: October 1, 2019 September 30, 2020 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: Jefferson Barracks National Cemetery
2900 Sheridan Road
St Louis, MO 63125

Attachments: A Wage Determination No. 2015-5075, Revision 12
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 36C78619Q0364

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-02 Effective June 05, 2019.

This is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB)

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 Jefferson Barracks National Cemetery.
PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete janitorial services for Jefferson Barracks National Cemetery 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.

Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only.

Period of Performance: October 1, 2019 through September 30, 2020, with 4 one-year options if exercised

SCHEDULE OF UNIT PRICES
CLIN Listing for Janitorial Contract 2019-2024

Jefferson Barracks National Cemetery


Base Year: October 1, 2019 through September 30, 2020



CLIN
Operation
Est. Quantity
Unit
Unit Cost
Total Cost
0001
sweep, mop, dust, vacuum, clean restrooms for OMB, Admin, chapel, and maintenance building
12
MO


0002
strip and wax floors in Admin, Maint., chapel, & OMB building
2
JB


0003
clean light fixtures in Admin., Main., & Chapel & OMB building
2
JB


0004
power wash & clean all exterior windows in Admin., Maint., Chapel and OMB Building
2
JB


0005
shampoo all carpets & rugs in Admin., Main., Chapel, & OMB building
1
JB


B
B
Total for Base Year:



Option year One: October 1, 2020 through September 30, 2021



CLIN
Operation
Est. Quantity
Unit
Unit Cost
Total Cost
1001
sweep, mop, dust, vacuum, clean restrooms for OMB, Admin, chapel, and maintenance building
12
MO


1002
strip and wax floors in Admin, Maint., chapel, & OMB building
2
JB


1003
clean light fixtures in Admin., Main., & Chapel & OMB building
2
JB


1004
power wash & clean all exterior windows in Admin., Maint., Chapel and OMB Building
2
JB


1005
shampoo all carpets & rugs in Admin., Main., Chapel, & OMB building
1
JB


B
B
Total for Option Period 1:



Option year Two: October 1, 2021 through September 30, 2022



CLIN
Operation
Est. Quantity
Unit
Unit Cost
Total Cost
2001
sweep, mop, dust, vacuum, clean restrooms for OMB, Admin, chapel, and maintenance building
12
MO


2002
strip and wax floors in Admin, Maint., chapel, & OMB building
2
JB


2003
clean light fixtures in Admin., Main., & Chapel & OMB building
2
JB


2004
power wash & clean all exterior windows in Admin., Maint., Chapel and OMB Building
2
JB


2005
shampoo all carpets & rugs in Admin., Main., Chapel, & OMB building
1
JB


B
B
Total for Option Period 2:



Option year Three: October 1, 2022 through September 30, 2023



CLIN
Operation
Est. Quantity
Unit
Unit Cost
Total Cost
3001
sweep, mop, dust, vacuum, clean restrooms for OMB, Admin, chapel, and maintenance building
12
MO


3002
strip and wax floors in Admin, Maint., chapel, & OMB building
2
JB


3003
clean light fixtures in Admin., Main., & Chapel & OMB building
2
JB


3004
power wash & clean all exterior windows in Admin., Maint., Chapel and OMB Building
2
JB


3005
shampoo all carpets & rugs in Admin., Main., Chapel, & OMB building
1
JB


B
B
Total for Option Period 3:



Option year Four: October 1, 2023 through September 30, 2024



CLIN
Operation
Est. Quantity
Unit
Unit Cost
Total Cost
4001
sweep, mop, dust, vacuum, clean restrooms for OMB, Admin, chapel, and maintenance building
12
MO


4002
strip and wax floors in Admin, Maint., chapel, & OMB building
2
JB


4003
clean light fixtures in Admin., Main., & Chapel & OMB building
2
JB


4004
power wash & clean all exterior windows in Admin., Maint., Chapel and OMB Building
2
JB


4005
shampoo all carpets & rugs in Admin., Main., Chapel, & OMB building
1
JB


B
B
Total for option Period 4:









Contract Total:
B


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 Jefferson Barracks National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements:

Christy Gay, Foreman; Phone:314-487-7669


Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 07/22/2019. 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 to be eligible for award.

Fair and Reasonable Determination
A fair and reasonable price determination will be made through any combination of the following methods:
Comparison of proposed prices received in response to the solicitation.
Comparison of previously proposed prices and previous Government and commercial contract prices with current proposed prices for like items.
Use of parametric estimating methods/application of rough yardsticks to highlight significant inconsistencies that warrant additional pricing inquiry.
Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements.
Comparison of proposed prices with independent Government cost estimates.
Comparison of proposed prices with prices obtained through market research for the same or similar items.
Analysis of pricing information provided by the offeror.
Because below-cost prices are not inherently improper, when vendors are competing for award of a fixed-price contract, vendors are given notice that a business decision to submit a low-priced quotation may be considered as reflecting on their understanding of the contract requirements or the risk associated with their approach.
Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing exits when, despite an acceptable total evaluated price, the price of one or more contract line items for the base and or option years is significantly overstated or understated as indicated by the application of analysis techniques. Offers that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government.
Technical Acceptability
Qualification of all Personnel (training, experience, certifications)
Sufficient Personnel/Equipment- list of all equipment to be utilized in this contract as well as staffing and the tasks they will perform, number of total persons to be working
Equipment List
List of proposed supplies
List of Subcontractors business names (if being used) and the tasks and/or CLINS they will perform
Write up detailing the technical methods and management of completing contract tasks
Amount of time estimated to complete each CLIN
Number of employees you expect a cycle requires
What is the plan to cover/correct employee absences, vacations and low staffing levels?
Information will be evaluated on it demonstrating an understanding of the work requirements (Adequate Performance Plan)
Only restating the SOW and/or not detailing the number of subcontractor s laborers and exactly the work they will be doing may lead to your proposal being considered non-responsive and not considered further.
Past Performance (CPARS, Past Performance Questionnaire, and additional information the Contracting Officer may obtain that speaks to the contractor s level of experience in this field)

SDVOSB Status verification in CVE

Proposal Contents:

-Pricing shall be submitted as requested in the Schedule of Supplies/Services.
-Technical Package for Evaluation (a redacted copy of the technical quote removing ALL company names and identifiable information is REQUIRED) ..a quote may be considered non-responsive if a redacted copy of the technical quote is not received and therefore may be removed from further consideration for award.


The following shall be included as part of the quoters submission(See Technical Acceptability Above) :
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 (Jan 2017)
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 | $25,000.00| 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.237-3 Continuity of Services (Jan 1991)
VAAR 852.203-70 Commercial Advertising (Jan 2008)
VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION)
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 (Jul 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
WG 2
15.37 16.03 16.65 17.32 17.92





End of Addenda
End of Document

John M. Carlock
317-916-3863
john.carlock@va.gov

CO'S EMAIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP