Hawaii Bids > Bid Detail

V122--DRAYAGE (MOVING STORAGE AND TRANSPORT OF OFFICE EQUIPMENT, FURNITURE AND SUPPLIES) FOR THE VA PACIFIC ISLANDS HCS

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159147590810298
Posted Date: Oct 5, 2022
Due Date: Oct 21, 2022
Solicitation No: 36C26123Q0042
Source: https://sam.gov/opp/b7af503395...
Follow
V122--DRAYAGE (MOVING STORAGE AND TRANSPORT OF OFFICE EQUIPMENT, FURNITURE AND SUPPLIES) FOR THE VA PACIFIC ISLANDS HCS
Active
Contract Opportunity
Notice ID
36C26123Q0042
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
261-NETWORK CONTRACT OFFICE 21 (36C261)
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 (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Oct 05, 2022 09:55 am PDT
  • Original Date Offers Due: Oct 21, 2022 03:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 20, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V122 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR CHARTER
  • NAICS Code:
    • 484210 - Used Household and Office Goods Moving
  • Place of Performance:
    VA Pacific Islands Healthcare System Acquisition and Materials Management Service Honolulu , HI 96819
    USA
Description
COMBINED SYNOPSIS SOLICITATION 36C26122Q1177
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for 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 document will not be issued.

This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-06 Effective May 26, 2022.

This solicitation is unrestricted.

The associated North American Industrial Classification System (NAICS) code for this procurement is 484210 Used Household and Office Goods Moving Services with a small business size standard of $30.0 million.

The FSC/PSC is V122 Transportation/travel/relocation- Transportation: Motor Charter.

The Department of Veterans Affairs, Network Contracting Office 21 is seeking to procure office equipment breakdown, set-up, and moving services for the VA Pacific Islands Healthcare System as described in the detailed Performance Work Statement, below.

All interested companies shall provide quotations for the following:

**** BEGIN PERFORMANCE WORK STATEMENT ***

OBJECTIVE: The department of Veterans Affairs, Pacific Island Health Care System, 459 Patterson Road, Honolulu, HI 96819, would like to get a Drayage contract in place to break down, move, set-up or put into storage excess office equipment including Government-owned furniture, office equipment, and supplies. These services will be scheduled on an as-needed basis. The resulting contract will be for a base period of one year with no option years and of firm, fixed-pricing with regard to the requested hourly rates for labor and trucks as listed below in the Cost Price Schedule.

1. SCOPE OF WORK. The Contractor shall furnish all supervision, labor, material, equipment, and vehicles to perform drayage service of Government-owned furniture, office equipment, and supplies located within Department of Veterans Affairs, Pacific Islands Health Care System. Services shall include disassembly and reassembly of furniture, pickup and delivery of various Government properties, to and from Government activities within these areas.

Services include, but not limited to, the following Pacific Islands Health Care System Facilities:

PIHCS Facility
Address Number
Spark M. Matsunaga Medical Center
459 Patterson Road, Honolulu, HI 96819
Center For Aging
459 Patterson Road, Honolulu, Hi 96819
Spark M. Matsunaga Medical Center, Administrative Building
459 Patterson Road, E-Wing, Honolulu, HI 96819
VA Medical Center Warehouse
3375 Koapaka Street, Suite D-155, Honolulu HI 96819
National Center for PTSD
3375 Koapaka Street, Suite I-560, Honolulu HI 96819
VA Hospital at Home/Call Center/C-PAC
3375 Koapaka Street, Suite H-403, Honolulu HI 96819
VA Leeward CBOC
91-2135 Fort Weaver Road, Suite 501, Ewa Beach, HI 96706
VA Kauai CBOC
4485 Pahe'e Street, Suite 150, Lihue HI 96766
VA Kona CBOC
75-377 Hualalai Road, Kailua-Kona, Hawaii 96740
VA Hilo CBOC
45 Mohouli St, Hilo, HI 96720
VA Maui CBOC
203 Ho'ohana Street, Suite 303, Kahului, Hawaii 96732
VA Windward CBOC
46-001 Kamehameha Hwy, 3rd floor, Kaneohe, HI 96744
VA Call Center
3375 Koapaka Street, Suite H-401, Honlulu HI 96819
National Memorial of the Pacific (Punchbowl)
2177 Puowaina Drive Honolulu, HI 96813-1729
Honolulu Vet Center
1680 Kapiolani Blvd. Suite F-3 Honolulu, HI 96814
West Oahu Vet Center
885 Kamokila Boulevard, Unit 105 (10 RCS/4B-0621) Kapolei, HI 96707
Hilo Vet Center
70 Lanihuli Street Suite 102
Hilo, HI 96720
Maui Vet Center
35 Lunalilo Street, Suite 101
Wailuku, HI 96793
Kauai Vet Center
3-3367 Kuhio Hwy. Suite 101
Lihue, HI 96766-1061
1.2. SPECIFIC TASKS

1.2.1. REQUEST FOR SERVICES. Order for drayage services will be made telephonically and/or through email notifying the Contractor no later than one (1) business day prior to required services. Changes and cancellations may be made up to four (4) hours prior to the originally scheduled time at no cost to the Government. The Contractor shall notify the Contracting Officer s Representative (COR) or a Government Representative at the activity requesting the drayage service within four (4) hours after receiving the request for service to verify pickup and delivery times.

1.2.2. The Government will facsimile (fax) or email to the Contractor a list of the items to be picked-up/delivered and their estimated weight. It is the Contractor s responsibility to verify the weight of the items. If the weights are not verified, the Government s estimated weight will be used as the final calculation for payment.

1.2.3. The Contractor will be compensated for cancelled services where the contractor is given less than 4 hours notice. The amount of compensation shall be at the rate as outlined in the pricing schedule.

1.2.4. It shall be the responsibility of the Contractor when making a delivery and/or pick-up to verify the inventory, note the condition and weight of the total load, and ensure that only items listed for delivery and/or pick up are transported.

1.3. PICK-UP & DELIVERY SERVICES. Services shall include disassembly of furniture, when required for safe transport and safeguarding disassembled items and component parts to prevent loss or damage. Small component parts, i.e., screws, nuts, bolts and clips shall be packaged, attached and or marked/placed with the furniture being transported and reassembled at the delivery destination. The Contractor shall move all furniture, equipment, electronic equipment, fixtures to include computers and peripheral devices that have been disconnected.

1.3.1. Upon arrival at destination, items/equipment shall be unloaded at the designated receiving area and placed therein as instructed by Government Authorized Individual (AI) or his/her designated representative; representative shall be present. Unloading shall be completed by the end of workday. The Contractor shall remove and dispose all packing material, boxes and pallets associated with the delivery. The Contractor shall not place these items into Government-owned dumpsters. Disposal shall be in compliance with all Federal, State, Local and Environmental regulations. Under no circumstances shall any items be disposed of on government property.

1.3.2. The Contractor will not be required to connect or disconnect any equipment from electrical devices during the relocation. Once drayage items have been delivered and placed, the Contractor will not be required to move the equipment/items(s) a second time. The Contractor shall be responsible for replacing all missing, broken, damaged hardware or soiled equipment/items(s) incurred by the Contractor.

1.3.3. The Contractor shall make every effort to make delivery prior to returning undelivered equipment/item to the point of origin. This includes calling and allowing 30 minutes for the AI or his/her designated representative to arrive at the delivery site. In the event all attempts have failed, the Contractor shall notify the COR who will instruct the Contractor to return equipment/item(s) incurred by the Contractor.

1.3.4. The Contractor shall verify the estimated total weight as provided by the Government for the furniture/equipment. Verification of weights shall be completed within 10 working days after completion of delivery.

1.3.5. The Government will compensate the Contractor for failed attempts to deliver items due to circumstances for which the Government is responsible, i.e., the AI or designated alternate is not available, or the activity is not accessible by reason of painting, fumigating, construction repairs, etc. The reason for non-delivery shall be noted on the billing invoice. Delivery that is not completed during the normal Government business hours will be returned to the point of origin because of lack of coordination with the customer (Government). Under no circumstances is storage permitted at the contractor s place of business.

1.3.6. The Contractor shall be responsible for the inventory of items to include verifying the condition of each item to be moved when making a pick-up/delivery. The following documents maybe used for the purpose of inventory and/or annotation of the condition of furniture, equipment and supplies:

a. Vendor invoice
b. VA Form 2237

The Contractor shall document its completion of inventory verification, condition and weight.

1.4. HANDLING OF FURNITURE, EQUIPMENT AND SUPPLIES. All furniture, equipment and supplies shall be handled with the utmost care. At no time shall any item be thrown, either from the truck/van or building; dragged across the room or ground or slid down stairwells without planking or equipment. Furniture blankets/pads shall be used to cushion furniture in transit in order to prevent damage. The Contractor shall ensure adequate safety precautions are taken to prevent injury to employees and Government personnel during performance. The Contractor will supply boxes and tape to the customer prior to scheduled appointment. Packing of boxes will be completed by the customer before scheduled appointment with the Contractor.

1.5. CONTRACTOR S VEHICLES, SUPPLIES AND EQUIPMENT. The contractor shall provide all vehicles, supplies and equipment to perform the services for this contract to include the following items: covered furniture moving van with hydraulic tailgate or loading ramp, hand trucks, dollies, forklift suitable for moving furniture as required, furniture blankets, pads, tie downs and other equipment to adequately protect and secure items while in transit.

1.5.1. Trucks/Vans shall be clearly marked indicating the Contractor s name and phone number. Contractor s vehicles shall meet all federal, state, and local requirements for motor vehicles registration and safety.

2. SERVICE PERFORMANCE SUMMARY. The contract service requirements are summarized into performance objectives that are related directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.
Performance Objective
PWS
Performance Threshold
1.2. REQUEST FOR SERVICES. Order for drayage services will be made telephonically in notifying the Contractor no later than one (1) business day prior to required services. Changes and cancellation may be made up to four (4) hours prior to the original scheduled time at no cost to the Government. The Contractor shall notify the COR or a Government Representative at the activity requesting the drayage service within four (4) hours after receiving the request for service to verify pickup and delivery times.
1.2.1 to 1.2.3
100% of the time, contractor notifies the COR or a Government Representative at the activity requesting the drayage service within four (4) hours after receiving the request for service to verify pickup and delivery times.

1.3. PICK-UP & DELIVERY SERVICES. Services shall include disassembly of furniture, when required for safe transport and safeguarding disassembled items and components parts, to prevent loss or damage. Small component parts, i.e., screws, nuts, bolts and clips shall be laced in a package and attached or placed with the furniture being transported and reassembled at the delivery destination. The Contractor shall move all furniture, equipment, electronic equipment and fixtures that have been disconnected.

1.3 to 1.3.5
No more than one (1) valid customer complaint per month.
1.4. HANDLING OF FURNITURE, EQUIPMENT, AND SUPPLIES. All furniture, equipment and supplies shall be handled with the utmost care. At no time shall any item be thrown, either from the truck/van or building; dragged across the room or ground; or slid down stairwells without planking of equipment. Furniture blankets/pads shall be used cushion furniture in transit in order to prevent damage. The Contractor shall ensure adequate safety precautions are taken to prevent injury to employees and Government personnel during contract performance. The Contractor will supply boxes and tape to the customer prior to scheduled appointment. Packing of boxes will be completed by the customer before scheduled appointment with the Contractor.
1.4 to 1.5
No more than one (1) valid customer complaint per month of not having sufficient shipping material or improper handling of furniture and equipment.
1.5 CONTRACTOR S VEHICLES, SUPPLIES AND EQUIPMENT. The Contractor shall provide all vehicles, supplies and equipment to perform the services in this contract to include the following items: covered furniture moving van with hydraulic tailgate or loading ramp, hand trucks, dollies, forklift suitable for moving furniture as required, furniture blankets, pads, tie downs and other equipment to adequately protect and secure items while in transit.
1.5 to1.5.1
No more than one (1) valid customer complaint per month of non-compliance to vehicle safety regulations or adequate moving trucks and equipment.
5.0. Contractor Manpower Reporting
5.0.
Submit report within required time 100% of the time.

3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. There are no Government furnished property or equipment provided under this contract.

4. GENERAL INFORMATION.

4.1. QUALITY CONTROL. The Contractor shall develop and submit to the Contracting Officer for approval and maintain a quality control program to ensure drayage services are performed in accordance with established commercial standards. The Quality Control Plan shall be submitted to the CO within five (5) working days of contract award. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum, the Contractor shall develop quality control procedures addressing the areas identified in paragraph 2, Service Performance Summary.

4.2. QUALITY ASSURANCE. The Government will periodically evaluate the Contractor s performance in accordance with the Performance Assessment Plan.

4.4. HOURS OF OPERATION. All work performed under this contract shall be during the Government s normal working hours of 7:00 a.m. to 4:00 p.m., Monday through Friday, excluding Federal Holidays. Should the contractor fail to complete any scheduled service by 4:00 pm the contractor shall continue to perform the services until completion at no additional cost to the government.

4.5. SUPERVISORY STAFFING AND EQUIPMENT.

4.5.1. CONTRACT MANAGER. The contractor shall designate a Contract Manager or an equivalent representative to be available telephonically during the operating hours of 7:00 a.m. to 4:00 p.m., Monday through Friday, except Federal holidays. This individual shall be responsible for the overall management and coordination of this contract and shall act as the central point of contact with the Government. The Contract Manager must be able to read, write, and converse, and understand the English language, and be thoroughly familiar with the contents of this contract document. The COR or Alternate shall be notified of the name of the individual who is the designated representative seven days after award and two days prior to notify the COR if there is a change of the designated representative.

4.5.2. STAFFING. The Contractor shall provide necessary personnel to accomplish and perform services within specified time frames. Personnel utilized under contract shall be legal residents of the United States. Contractor employees shall be able to converse, read, write and understand the English language.

4.5.3. SECURITY REQUIREMENTS. In accordance with the security situation and the force protection requirements, only approved Contractor s personnel are granted access to the installation and allowed to perform services. The Contractor is required to provide the COR a roster of employees that will be performing the required services on Government installations. Employees are required to have in their possession a valid driver s license or picture identification. A current personnel roster shall be provided to the CO and COR during the term of this contract. Updated staffing rosters shall be submitted as staffing changes occur.

4.5.4. PERSONNEL UNIFORM. Contractor s employees shall wear uniforms. The uniform shall have the company s name or identifying logo to distinguish the employees of the company. Uniforms may be coveralls, shirts or T-shirts with slacks or mid-thigh shorts (no cut-off shorts, tank tops or cut off T-shirts). Uniform must be clean and free of holes.

4.5.5. PERSONNEL IDENTIFICATION. The Contractor shall provide its personnel with proper identification that shall be worn at all times while performing the services. The identification (ID) shall include the individual s picture, name and Contractor s firm name. ID badges shall be clearly legible and worn on the upper left chest area of the outer garment (shirt or jacket).

4.5.6. EQUIPMENT. The Contractor shall ensure that its personnel are provided with adequate equipment to perform the required work effectively, safely and in a timely manner.

4.5.7. NO SMOKING POLICY. The Contractor shall comply with applicable installation regulations for controlling smoking in government buildings and facilities. Contractor employees shall smoke in designated areas only.

**** END PERFORMANCE WORK STATEMENT ***

PRICE/COST SCHEDULE AND ITEM INFORMATION

Please fill out the tables below with firm, fixed-pricing for the required services on each of the Hawaiian Islands listed for the specific work day schedules along with the pricing of Packing/Moving Supplies. Do not change or add line items.

STRAIGHT TIME HOURLY RATES BETWEEN 7:30 AM AND 4:30 PM
with a two-hour minimum

OAHU
MAUI
KONA
HILO
KAUAI
1 MAN / 1 TRUCK
Â
Â
Â
Â
Â
2 MEN / 1 TRUCK
Â
Â
Â
Â
Â
3 MEN / 1 TRUCK
Â
Â
Â
Â
Â
4 MEN / 2 TRUCKS
Â
Â
Â
Â
Â
ADDED HELPER
Â
Â
Â
Â
Â




SATURDAY AND OVER-TIME HOURLY RATES
with a four-hour minimum

OAHU
MAUI
KONA
HILO
KAUAI
1 MAN / 1 TRUCK
Â
Â
Â
Â
Â
2 MEN / 1 TRUCK
Â
Â
Â
Â
Â
3 MEN / 1 TRUCK
Â
Â
Â
Â
Â
4 MEN / 2 TRUCKS
Â
Â
Â
Â
Â
ADDED HELPER
Â
Â
Â
Â
Â




SUNDAY AND HOLIDAY HOURLY RATES
with a four-hour minimum

OAHU
MAUI
KONA
HILO
KAUAI
1 MAN / 1 TRUCK
Â
Â
Â
Â
Â
2 MEN / 1 TRUCK
Â
Â
Â
Â
Â
3 MEN / 1 TRUCK
Â
Â
Â
Â
Â
4 MEN / 2 TRUCKS
Â
Â
Â
Â
Â
ADDED HELPER
Â
Â
Â
Â
Â




MATERIALS
Â


DISH PACK
Â


SMALL CARTON
Â


MEDIUM CARTON
Â


LARGE CARTON
Â


MIRROR CARTON
Â


UPRIGHT WARDROBE
Â


FLAT WARDROBE
Â


SOFA BOX
Â


TAPE
Â


WHITE PPER
Â


PAPER PAD
Â


35 LBS/BUNDLE
Â


25 PAD/BUNDLE
Â


SHRINK WRAP
Â

Period of Performance
The contract s period of performance is for a base period of one year.
Place of Performance/Place of Delivery
Address:
Various sites within the
VA Pacific Islands Healthcare System
459 Patterson Road
Honolulu, HI
Postal Code:
96819
Country:
UNITED STATES

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (JUL 2020) (DEVIATION)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 contract clauses apply to this acquisition:
FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)

FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2022) (JUL 2020) (DEVIATION)

The following subparagraphs of FAR 52.212-5 are applicable:
(4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note).
(8) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).
(27) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(29) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
(35)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
(44) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).
(51) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).
(1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
(2) 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
LABORER (NA 2)
$15.75/HR + FRINGE


(7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022).
(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706).

The following Federal Acquisition Regulation and Veteran Affairs Acquisition Regulation clauses also apply to this acquisition:

52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
52.217-8 Option to Extend Services (NOV 1999)
52.232-40 Providing Accelerated payments to Small Business Subcontractors (NOV 2021)
852.203 70, Commercial Advertising.
852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020)
852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)
852.232 72, Electronic Submission of Payment Requests.
852.242-71 Administrative Contracting Officer (OCT 2020)
852.270 1, Representatives of Contracting Officers.

Department of Labor Wage Rate Schedule 2015-5689 Revision 18, dated July 22, 2022 (attached), applies to this acquisition.

All quoters shall submit the following:

The following provisions are incorporated into 52.212-1 as an addendum to this combined synopsis/solicitation:

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code for this acquisition and the small business size standard stated above.

(b) Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation.

NOTE: DO NOT SCAN OR COPY THE SOLICITATION CLAUSES OR PWS TO BE INCLUDED IN YOUR PROPOSAL PACKAGE.

SUBMISSION INSTRUCTIONS

A. General Instructions
Electronic Submissions:
Offerors must email their quote to Anna.Norcross@va.gov.
Include the solicitation number in the Subject line.
Any attachments must be readable using Microsoft Office or Adobe PDF
ZIP file is not acceptable.
The size of the email is limited to 5 megabytes (MB), but multiple emails are allowable
Quotes must be submitted electronically and will not be accepted through fax or postal mail.

All questions regarding this solicitation must be emailed to anna.norcross@va.gov, no later than Monday, October 14, 2022, 12:00 noon PST. Verbal inquiries or questions will not be addressed or accepted. Phone calls will not be returned.

Offeror shall submit the following items, not subject to evaluation but failure to submit these items may result in no further evaluation of the offeror's quote and rejected due to non-conformance to solicitation.

B. Timeliness
Make note of the solicitation closing date and time listed on the first page of the solicitation. Any submission that is emailed after the solicitation closing date will be deemed unresponsive and not considered.

C. Selection Process
The VA anticipates the award of firm-fixed price contract for a base year and two option years.

The Government intends to establish a contract without exchanges with contractors. Consequently, Contractors are highly encouraged to offer their best quote in their initial submissions. However, the Government reserves the right to discuss submissions with any or all contractors submitting a quote if it is determined advantageous to the Government to do so. This statement is not to be construed to mean that the Government is obligated to conduct exchanges. A Contractor may be eliminated from consideration for award without further exchanges if its technical and/or pricing submissions are not among those Contractors considered most advantageous to the Government based on a best value determination.

D. Submissions:
The contractor shall acknowledge all amendments to the solicitation that may be issued.

Price/Delivery Schedule shall be submitted fully completed and error free. It shall contain prices for the established price list set forth in that section to include prices for the Period of Performance. In accordance with FAR 52.212-2(b), the Government will evaluate offers for award purposes by adding the total price for the basic requirement.

FAR 52.212-3 Offerors Representations and Certifications (Reps & Certs), FAR 52.209-5 Certification Regarding Responsibility Matters, and FAR52.209-7 Information Regarding Responsibility Matters. The quote must be prepared in two parts consisting of a "Technical Approach" and separate section for "Pricing Information". Each of the parts shall be separate and complete so that evaluation of each part can be accomplished independently.

Technical Capability
This section must not contain any references to pricing and should be less than 10 pages in length. At the least, this should be a capabilities statement and resource information such as data concerning labor hours and categories, equipment, materials, subcontracts, should be included in so that offeror s understanding of the Scope of Work may be evaluated; however, any reference to pricing must not be included. Pricing information will be submitted as a separate document.

The technical submission should address all parts of the Performance Work Statement (PWS).

Past Performance
Offerors shall provide information on not more than five contracts performed with most recent (within the past five years) and relevant (similar in size and scope) that include the contract number, who the work was performed for, period of performance, dollar value of the contract, and describe services performed. Past performance that is not recent and/or relevant will not be evaluated.

Pricing Information
When submitting pricing information, the offeror will provide a fixed unit prices for the line items in
the price schedule. The pricing should be all inclusive of the personnel and equipment required to perform the service in accordance with the PWS.

Do not add or change the line items in the schedule. This may cause the quote to be determined unresponsive and not evaluated.

All quotes shall be sent electronically via email to:

Anna Norcross, Contracting Officer
anna.norcross@va.gov

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

The following are the decision factors:

Evaluation Approach

The Government will evaluate quotations using the comparative evaluation process outlined in 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 consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation.

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.

Each response must meet the minimum requirements of the solicitation. The Government is NOT requesting or accepting alternate quotations. The evaluation will consider the following:

Technical
The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.

Past Performance
The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.

Price
The Government will evaluate the price by adding the total of all line item prices for labor and truck rates separately from the materials pricing list and each category will be evaluated separately.

The Government will evaluate quotations for award purposes by adding the total price for all line items. Evaluation of option pricing under FAR 52.217-8 Option to Extend Services will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period.

Quoters must price only the base period specified in the contract Line Item numbers (CLINs), and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s).

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

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 October 21, 2022, at 3:00 pm PST and emailed to: anna.norcross@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 the Point of Contact listed below.
Point of Contact
Anna Norcross, Contracting Officer
anna.norcross@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 10535 HOSPITAL WAY
  • MATHER , CA 95655
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 05, 2022 09:55 am PDTCombined Synopsis/Solicitation (Original)

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 >