New York Bids > Bid Detail

S201--Canandaigua Deep Clean After Construction

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159713393359088
Posted Date: Mar 14, 2023
Due Date: Mar 28, 2023
Solicitation No: 36C24223Q0422
Source: https://sam.gov/opp/29b4c2c704...
Follow
S201--Canandaigua Deep Clean After Construction
Active
Contract Opportunity
Notice ID
36C24223Q0422
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 14, 2023 09:17 am EDT
  • Original Published Date: Mar 09, 2023 09:16 am EST
  • Updated Date Offers Due: Mar 28, 2023 02:00 pm EDT
  • Original Date Offers Due: Mar 28, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 12, 2023
  • Original Inactive Date: Apr 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Canandaigua , NY 14424
    USA
Description

Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. Request for Quote will be submitted through email on RFQ reference number 36C24223Q0422. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-01 effective 12/30/2022. This solicitation is being issued as a competitive, open-market Service-Disabled Veteran Owned Small Business Set-Aside procurement. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, with a small business size standard of $19.5 Million. The Contractor shall provide pricing for a one-time deep cleaning and an after-construction cleaning of the newly constructed VA Finger Lakes Healthcare System Canandaigua New Building 2. Expected timeframe of cleaning is approximately 10 business days with expectation of completion one week prior to the ribbon cutting ceremony tentatively scheduled for April 15, 2023. All interested companies shall provide quotations for the following: Line Item Description Quantity Unit of Measure Total Price 0001 Deep cleaning post construction for new Building 2 Outpatient Clinic. 1 JB Description of requirement (See Scope of Work (SOW) below): The contractor shall provide all materials and labor identified in the SOW. Awardee shall coordinate with the Contracting Officer Representative (COR)/Point of Contact (POC) prior to performance. Canandaigua VA Medical Center 400 Fort Hill Avenue Canandaigua, NY 14424 STATEMENT OF WORK (SOW) - VA Finger Lakes Healthcare System, Canandaigua New Building 2, Pre-Opening Deep Cleaning. Background. Contract to provide a one-time deep cleaning and an after-construction cleaning of the newly constructed VA Finger Lakes Healthcare System Canandaigua New Building 2. Expectation of cleaning is approximately 10 business days and is expected to be complete one week prior to the ribbon cutting ceremony. Performance. The cleaning should begin on April 3, 2023 and be completed by EOD/business April 13, 2023. Ribbon Cutting Ceremony is tentatively scheduled for April 15, 2023. As this date is tentative, any delay in this ceremony may change the period of performance window. Scope. This requirement is to provide all necessary services for a one-time deep cleaning service and after construction cleaning for the newly constructed VA Finger Lakes Healthcare System Canandaigua new Building 2 located at 400 Fort Hill Avenue, Canandaigua, NY 14424. The clinic is approximately 84,200 square feet, a drawing of the floorplan is included for review. The cleaning is expected to take approximately 10 business days, an inspection will be performed by VA staff following the cleaning, any identified discrepancies must be corrected. VA personnel will provide cleaning chemicals. Any chemicals provided by the vendor and must be reviewed and accepted by the VA, safety data sheets must be included. The vendor shall be responsible for providing housekeeping carts and any miscellaneous cleaning equipment and microfiber cloths. Any power equipment must be reviewed and approved by VA personnel prior to use. The cleaning shall include the following: Dusting/washing walls and high dusting. Interior windows, window frames, tracks, and mirrors, along with the inside glass of all exterior windows (excludes upper lobby glass). Remove paint/debris/stickers. All door and door frames inside/outside, and baseboards. All walls with damp flat mops, polish wall plates. All overhead lighting fixtures and air diffusers. Feather dust free standing medical equipment as necessary. Sweep and mop all hard surface flooring, including welded sheet vinyl, LVT (luxury vinyl tile), and ceramic. Utilize auto-scrubber on LVT throughout building. Vacuum all carpeting. Spot Vacuum or wipe off cubicle furniture as needed. Clean and sanitize all restrooms. Machine-scrub ceramic tile when necessary. Polish faucets. Areas not to be cleaned: IT closets and electrical closets. Floor plans included herewith for reference. Vendor is not responsible for filling paper towel and toilet paper dispensers No waxing of any floors Cleaning Schedule: Monday Friday, 8:00am 4:00pm, weekends may be negotiated if needed. All areas must be completed within the established timeframe for both the initial clean of vacant space and after-move clean being occupied space. The vendor personnel shall check in with the designated shift supervisor upon arrival. Times of work for Check-in and Checkout: Monday-Friday 7:30am -4:00pm Point of Contact (POC) Will be provided at award. Performance Monitoring. Performance monitoring shall be conducted by Housekeeping Supervisors who will inform the COR of any deficiencies. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 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, and all offers shall reference: 1) Solicitation number for this requirement as 36C24223Q0422. 2) Name, address, and telephone number of offeror/s 3) Technical description of services to be performed in accordance with the Statement of Work. 4) Terms of any express warranty, if applicable 5) Price. 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 contractor s package being determined to be incomplete. 6) Acknowledgement of any solicitation amendments, if applicable 7) Past performance information 8) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation 9) Submit completed 852.219-75: VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction . Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) The provision at FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. The Government will evaluate quotations using the comparative evaluation process IAW FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. 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. Evaluation Factor 1: Technical Capability - 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 based on the qualification of the offeror s capability statement. 1. Provide a maximum 5-page capability statement demonstrating technical capability to meet all the requirements in the Scope of Work (SOW). 2. Provide technician(s) OSHA certification(s). Evaluation Factor 2: Past Performance A measure of how well the offeror has performed these services. The VA shall conduct a performance risk assessment based upon the past performance of the offeror as it relates to the probability of successful accomplishment of the work required by the solicitation. The VA may use information available in its own files, from electronic databases such as Contractors Performance Assessment Reporting System (CPARS) or from any other source it deems appropriate. The Government will consider the offeror s record for delivery and quality as it relates to the probability of successfully performing the solicitation requirements. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete past performance information rests with the offeror. Evaluation Factor 3: Price - Vendor s price must be fair and reasonable as determined by Contracting Officers price analysis. As stated in 52.212-1, the pricing must be broken down in a manner that allows for price reasonableness to be determined. This procurement is competitive, open-market Service-Disabled Veteran Owned Small Business Set-Aside procurement. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (b) Options. N/A (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. SITE VISIT Contractors shall attend a site visit on Thursday, March 16, 2023, at 10:30 am EDT to view the area to be cleaned at the Canandaigua VAMC. Contractors shall email the Contract Specialist (Lisa.Harris4@va.gov) no later than 10:00 am EDT on Wednesday, March 15, 2023, with their intention to attend. At the time of intention to attend is received, site visit specifics shall be provided. No other site visits will be provided. 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. 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: CL 120 Supplemental Insurance Requirements 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) 852.201-70 Contracting Officer s Representative (DEC 2022) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 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 subparagraphs of FAR 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Re-representation (SEP 2021) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. This is a competitive, open-market This solicitation is being issued as a competitive, open-market Service-Disabled Veteran Owned Small Business Set-Aside procurement for a one-time deep clean and after-construction cleaning of the newly constructed VA Finger Lakes Healthcare System Canandaigua New Building 2. VA Medical Center as defined herein. The government intends to award a purchase order 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:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than [insert time and date]. The government shall only accept electronic submissions via email, please send all quotations to Lisa Harris at Lisa.Harris4@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Contracting Specialist, Lisa Harris at Lisa.Harris4@va.gov. List of Attachments: Wage Determination Number 2015-4161 Revision 22 Certificate of Compliance for Services and Construction


Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >