The RFP Database
New business relationships start here

Service-Interstitial Clean Up-FMS


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

This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is 36C262-19-Q-0201, and a firm fixed price contract is contemplated.

This procurement is UNRESTRICTED and the associated North American Industry Classification System (NAICS) code is . Firms offering a response to this notice should ensure that their verification is active and their registration in the System for Award Management (SAM) database (https://www.sam.gov/portal/public/SAM/) is current and should ensure that the applicable NAICS code (NAICS Code 238990 Cleaning building interiors during and immediately after construction) is included in the SAM profile prior to submission of quotations.



By submission of its quote, the vendor accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a quote being excluded from competition and not evaluated any further. Vendors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, effective 24 Jan 2018.

Participating vendors must be registered at www.sam.gov, as small businesses under the NAICS code listed above or provide self-certification with their quote.

STATEMENT OF WORK AND CRITERIA FOR

TITLE:

Interstitial Clean Up

BACKGROUND INFORMATION:

Interstitials need to be brought back up to code to meet TJC and NFPA life safety and environment of care requirements.

OBJECTIVES:

The purpose of this contract is to have a contractor to furnish all SERVICES to clean up debris, post-construction items, trash, left over materials, furniture, surplus duct work, surplus piping, surplus plywood, concrete debris, discarded light bulbs, etc. located in the interstitial area of the VA Loma Linda Health Care System.

An interstitial space is an intermediate space located between regular-use floors, commonly located in hospitals and laboratory-type buildings to allow space for the mechanical systems of the building. By providing this space, laboratory and hospital rooms may be easily rearranged throughout their lifecycles and therefore reduce lifecycle cost.

The interstitials span all four floors of the VA Loma Linda Health Care System which includes approximately (800,000-850,000) square feet of space.

Services will comply with all DVA, local, state, and federal policies and regulations.

PERIOD OF PERFORMANCE:

Approximately two (2) weeks or less. All work must begin within (48) hours of contract award. Work will be done during working hours; specifically, Monday through Friday from 8am-3:30pm. Work will be coordinated with all required parties, including, but not limited to, contractor, VALLHCS, GEMS Coordinator, Safety, COR, Chief, Maintenance and Operation, etc. Work timelines may be subject to change due to VALLHCS operational requirements. Contractor must be able to perform work with no additional charges within (48) hours of contact by the designated VALLHCS Contracting Officer Representative (COR).


PLACE OF PERFORMANCE:

VA Loma Linda
11201 Benton St
Loma Linda, CA 92357

LICENSING REQUIREMENTS:

Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card.
Offeror must possess fitted N-95 respirator masks, gloves, safety eye wear, knee pads, safety toe boots, helmets, and safety vests.

SPECIFIC REQUIREMENTS:

a. Schedule with Contracting Officer Representative (COR) or Designee (48) hours in advance prior to start of work.

b. Prior to start of job, all personnel shall have a valid Loma Linda PIV badge flash badge.

c. Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified.

d. Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant.

e. Contractor will complete a VALLHCS interstitial work permit request prior to starting work and upon work completion. Permit must be kept on site and easily accessible for work duration.

f. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. Contractor will coordinate with the local VA Loma Linda Health Care System GEMS Coordinator.

g. Contractor responsible for clean-up, safe removal, and off-site disposal in accordance with all OSHA, GEMS, VA, etc. This includes, but is not limited to, clean up materials: clean up debris, post-construction items, trash, left over materials, furniture, surplus duct work, surplus piping, surplus plywood, concrete debris, discarded light bulbs, etc. located in the interstitial area of the VA Loma Linda Health Care System.

h. Contractor shall perform work in accordance with existing, relevant standards and codes to minimize the possibility of injury to personnel, damage to government property/equipment.

i. Contractor will not damage existing interstitial infrastructure and/or healthcare system property/spaces (e.g., surfaces, stairwells, corridors, panels, walls, elevators, service areas, floors, carpet, road, pavement, etc.), including but not limited to, duct work, electrical work, conduit, low voltage conductors, piping, CAT V cable, drywall, flooring, ceiling, plumbing work, lighting, and/or blocking ingress/egress routes.

j. Damage to government property may result in additional action.

k. Every effort will be made to safeguard and care for all human life and property.

l. Clean Up briefings will occur daily, weekly at 3:15pm to provide a briefing of progress and/or findings to address red flag issues, action items, and/or review items that may require additional discussion of options.

m. The Contractor shall furnish all labor, materials, supplies, tools, equipment, vehicles, removal devices, carrying containers, carts, flashlights, etc.

n. Containment (secured bag) of all known hazards (e.g., dust, particles, debris) is required at all time.

o. Items tagged for interstitial retention will not be removed (i.e., construction materials for ongoing construction projects).

p. Clean up may include, but is not limited to, removal, disposal, sweeping, use of broom & dust pan, vacuuming with HEPA filter of concrete dust and floor construction debris NTE one (1) designated 10 x10 area per interstitial floor.
q. Provide before and after cleaning photos minimum of (5) before and (5) after per interstitial to be submitted with final, close out report.
OSHA Regulations, www.osha.gov
NFPA, www.nfpa.org

ALL supporting documents will be provided via electronic and hard copy to:

CHIEF, FACILITY MANAGEMENT SERVICE
FMS VALLHCS
11201 BENTON STREET
LOMA LINDA CA 92357

Work completion may require entry is closed and/or limited access and/or confined spaces and/or off-hours, after hours, and/or weekend hours to support uninterrupted patient care, operations, and access. All pertinent regulations apply.

The contractor must meet all compliance requirements (e.g., OSHA, industry, VA, VALLHCS, State, Federal, local, county, city, village, etc.). The contractor will provide a report of services and tests. The contractor will provide all required licenses, certifications, permits, documents, as required and requested. The contractor will provide all required, qualified, license, and certified labor, technicians, equipment, materials, tools, transport, supervision, safety requirements, personal protective equipment (e.g., safety boots, safety glasses/goggles, gloves, protective wear, masks, etc.).

The offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card.

Contractor shall conform to following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here.

OSHA Regulations, www.OSHA.gov
NFPA, www.nfpa.org

VA, www.va.gov




SECTION C CLAUSES

Following Clauses and Provisions apply to this procurement:



FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Oct 2015

FAR 52.209-11 Representation by Corporations Regarding Delinquent Tac Liability or a Felony Conviction under any Federal Law Feb 2016

FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008

FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008

FAR 52.212-1 Instructions to Offerors - Commercial Items Jan 2017

FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Oct 2014) Nov 2017

FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jan 2017



INSTRUCTIONS TO VENDOR

Prospective vendors shall submit quotes by 1:00 PM PST, 10/05/2018; and are to be submitted via the following methods:



Electronic Mail (E-Mail): omar.majette@va.gov



FAR 52.212-2 Evaluation -Commercial Items Oct 2014

(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: Technical ability to meet specifications, past performance and price. Offerors shall provide specifications and other necessary information to demonstrate it meets the requirements of this solicitation (e.g. pictures, websites...). Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.



(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.

Addendum to 52.212 2 Evaluation of Commercial Items

a. BASIS FOR CONTRACT AWARD: This acquisition will utilize the Lowest Priced

Technically Acceptable (LPTA) procedure to make a best value award. A decision on the

technical acceptability of each offeror s quotations will be made. For those offerors which are

determined to be technically acceptable, award will be made to that vendor with the lowest

overall price. While the Government will strive for maximum objectivity, the technical go/no go

process, by its nature, is subjective; therefore, professional judgment is implicit throughout the

evaluation process. The Government intends to make an award based on the initial quotations. If

further questions are required, the contracting officer may contact the offeror or offerors. Award

will be made to the responsible offeror whose quotation conforms to all solicitation requirements,

such as terms and conditions, representations and certifications, technical requirements, and also

provides the best value to the Government based on the results of the evaluation described in

paragraph (b) below.

(b) The LPTA evaluation process will be accomplished as follows:

(1) Technical Acceptability. Each offeror s technical quotations will be evaluated to determine if

the offeror provides a sound, compliant approach that meets the requirements of Part 5 of the

Performance Work Statement and demonstrates a thorough knowledge and understanding of

those requirements. An evaluation rating of Technically Acceptable / Non-Acceptable will be

assigned upon completion of the technical quotations evaluation. If an Offeror receives a

technical rating of Non-Acceptable they will not be considered for award.

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2017

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

(3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011

FAR 52.219-28 Post Award Small Business Program Representation Jul 2013

FAR 52.222-3 Convict Labor Jun 2003

FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Oct 2016

FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015

FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999

FAR 52.222-25 Affirmative Action Compliance Apr 1984

FAR 52.222-26 Equal Opportunity Sep 2016

FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014

FAR 52.222-50 Combating Trafficking in Persons Mar 2015

FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011

FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008

FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013

FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013

FAR 52.232-18 Availability of Funds Apr 1984

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013

FAR 52.247-34 F.o.b. Destination Nov 1991



FAR 52.217-7 Option for Increased Quantity - Separately Price Line Item Mar 1989

The Government may require the delivery of the numbered item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days before contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.



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):



https://www.acquisition.gov/browsefar

The following VAAR clauses are also applicable to this acquisition:

VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.

(End of Clause)

VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of California. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.

(End of Clause)

VAAR 852.246-70 GUARANTEE (JAN 2008)
The contractor guarantees the equipment against defective material, workmanship and performance for a period of, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.

Omar Majette
Contract Specialist
562-766-2249

omar.majette@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP