Mississippi Bids > Bid Detail

S208--GROUNDS MAINTENANCE | 323 - JACKSON

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159455922458169
Posted Date: Mar 1, 2023
Due Date: Mar 28, 2023
Solicitation No: 36C10E23Q0061
Source: https://sam.gov/opp/b2772b6524...
Follow
S208--GROUNDS MAINTENANCE | 323 - JACKSON
Active
Contract Opportunity
Notice ID
36C10E23Q0061
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
VBA FIELD CONTRACTING (36C10E)
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 01, 2023 05:14 pm EST
  • Original Date Offers Due: Mar 28, 2023 08:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Department of Veterans Affairs Veterans Benefits Administration Jackson , MS 39216
    USA
Description
Page 22 of 22
COMBINED SYNOPSIS SOLICITATION

This is a combined synopsis/solicitation for commercial services 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.
Solicitation 36C10E23Q0061 is issued as a request for quotation (RFQ).
The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2023-01, dated 12-30-2022.
This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be registered and active in the System for Award Management (www.SAM.gov) and SBA verified SDVOSB Veteran Small Business Certification SBA Veteran Small Business Certification (sba.gov) concern verified at the date and time set for receipt of offers. An Offeror, who is not SAM registered or SBA VetCert verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The applicable NAICS Code for this solicitation is 561730, Small Business Size Standard $7.5M. Applicable wage determination 2015-5147 Revision 20 dated 12/27/2022 is incorporated.
Contractor shall provide quote for grounds maintenance services.
PRICE/COST SCHEDULE
Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Base Year
The contractor shall provide all required grounds maintenance services located at the Jackson VA Regional Office. See enclosed SOW.

Estimated Period of Performance: Begin 05/01/2023
End: 04/30/2024

12
MO
1001
OPTION YEAR 1
The contractor shall provide all required grounds maintenance services located at the Jackson VA Regional Office. See enclosed SOW.

Estimated Period of Performance: Begin 05/01/2024
End: 04/30/2025
12
MO
2001
OPTION YEAR 2
The contractor shall provide all required grounds maintenance services located at the Jackson VA Regional Office. See enclosed SOW.

Estimated Period of Performance: Begin 05/01/2025
End: 04/30/2026

12
MO
3001
OPTION YEAR 3
The contractor shall provide all required grounds maintenance services located at the Jackson VA Regional Office. See enclosed SOW.

Estimated Period of Performance: Begin 05/01/2026
End: 04/30/2027

12
MO
4001
OPTION YEAR 4
The contractor shall provide all required grounds maintenance services located at the Jackson VA Regional Office. See enclosed SOW.

Estimated Period of Performance: Begin 05/01/2027
End: 04/30/2028

12
MO

GRAND TOTAL: Base and all option years (CLINs 0001, 1001, 2001, 3001, 4001)


Description of Requirement: Provide grounds maintenance services located at the VBA Regional Office, 1600 East Woodrow Wilson Avenue, Jackson, MS 39216.





STATEMENT OF WORK

Grounds Maintenance Services Jackson Regional Office
OBJECTIVE

The Jackson Regional Office of the Veterans Benefits Administration has a requirement for grounds maintenance services for one (1) base year beginning May 1, 2023, thru April 30, 2024, plus four (4) twelve (12) month option periods.
SITE VISIT

Offerors shall visit the site to confirm location, dimensions, and conditions of the grounds. The site visit shall be for observing first-hand any conditions relevant to the fulfillment of this contract. No consideration shall be given to claims based on a lack of knowledge of the existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. The site address is:

VBA Jackson Regional Office
1600 E. Woodrow Wilson Ave.
Jackson, MS 39216
Support Services Division

A site visit is scheduled for Thursday, March 9, 2023 @ 10am, EST. Offerors are urged and expected to inspect the site where the work will be performed. Only one site visit will be conducted. Please refer to FAR provision 52.237-1. Contractors are advised to meet at Department of Veteran Affairs, Veterans Benefits Administration, Support Services Division, 1600 East Woodrow Wilson Avenue, Jackson, MS 39216. The site visit will be conducted by the station point of contact and include a walk-thru of all areas affected, followed up by a conference call with the Contracting Officer. RSVP to duane.odom@va.gov with cc to the Contracting Officer, kimberly.tomasi@va.gov.

CONTRACTOR RESPONSIBILITIES

The contractor shall provide all labor, supervision, equipment, and supplies to accomplish Grounds Maintenance Services for the VA Regional Office (VARO) Building, 1600 E. Woodrow Wilson Ave., Jackson, MS 39216. The contactor shall assign a minimum of one (1) Supervisor to oversee work crew while on the grounds of the Jackson VARO.

This is an all-inclusive requirement. The contractor shall provide supplies necessary to complete all groundskeeping tasks as described herein. The contractor shall perform this requirement around the Jackson VARO Building and Campus.

The contractor shall perform this work during performance hours, between 7am to 4:30pm. The contractor shall exercise caution to avoid damage to any and all building finishes, furniture, and equipment. The contractor shall be solely responsible for any damage inflicted to any vehicle or other personal property.
GROUNDS MAINTENANCE

This agreement for groundskeeping is intended to cover all services required by the Regional Office.

The contractor shall provide equipment, expert supervision, administration, and any other item or service necessary to perform groundskeeping services as described herein. The supervisor provided by the contractor shall be identified by the contractor to the COR (in advance and in writing) and shall jointly conduct a supervisory inspection with the COR and the on-site supervisor at least monthly.

Monthly inspection/supervisory visit
Complete the sign-in procedure.
All VA requirements for security, fire, and personal protection safety equipment shall be met by the contractor.

Scope of Work:

This is an all-inclusive grounds maintenance contract. The Jackson Regional Office has an estimated 187,300 square feet of area to be serviced consisting of 66,260 feet of sidewalks and parking lots requiring edging. 10,000 square feet of bedding area, 1,120 feet of fence-line and over 60 mature trees requiring trimming. The building campus has an in-ground sprinkler system.

The contractor shall exercise extreme caution to prevent damage to VA buildings, other structures and/or equipment located on the grounds, all landscaping, and the sprinkler system. The contractor shall be solely responsible for all damage to VA property inflicted by contractor-personnel or any subcontractor operating under this contract.

The tasks contained in this contract shall be performed during regular business hours. The contractor shall exercise extreme caution to avoid damage to any employee vehicle, visitor s vehicle or any other vehicle parked on or passing by VA property. The contractor is solely responsible for any damage inflicted to any vehicle or other personal property as a result of contractor personnel s acts or omissions.

The contractor shall keep the VA Regional Office campus policed of paper, trash, and other debris. Grounds shall be maintained in a presentable condition by mowing, edging, and trimming the grass, shrubs, trees, and raking/removing leaves.

The contractor shall exercise extreme caution to prevent damage to VA buildings and their contents. The contractor shall immediately report any damage to the Chief, Support Services or the COR for appropriate action.

Damage to VA buildings or their contents, or loss of government property in excess of $300.00 shall trigger a requirement for the contractor to complete a Report of Survey and an investigation may also be conducted. If contractor personnel are determined responsible, the contractor shall be required to either replace or submit payment for the damage or loss.
Invoicing/ Payment:

Payments shall be certified monthly in arrears by the Contract Officer Representative (COR). The contractor shall be responsible for completing all required reports pertaining to groundskeeping services.

A complete itemized billing for services provided for groundskeeping shall be submitted monthly, to be received by the assigned Contract Officer Representative at the Jackson VA Regional Office no later than the fifth (5) workday of the following month that services were provided.
INVOICING INSTRUCTIONS:

General invoicing instructions are included here.

Payment provided under the terms of this contract will be made Monthly in arrears for all services rendered and/or deliverables submitted and approved by the VA.
GOVERNMENT INVOICE ADDRESS:
TUNGSTEN (OB10) ELECTRONIC INVOICE SUBMISSION
FSC e-INVOICE PROGRAM THROUGH AUSTIN PORTAL
FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS
Please include in all invoices the Contract/Purchase Order Number, or Task/Delivery Order Number.
All invoices need to also be submitted using the same line item format in the contract or order.
Vendor Electronic Invoice Submission Methods:
Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below.
VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge.
A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org.
Vendor e-Invoice Set-up Information:
Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below.
Tungsten e-Invoice setup information: 1-877-489-6135
Tungsten e-Invoice email:Â VA.Registration@tungsten-network.com
VA TUNGSTEN Number: AAA544240062
FSC e-Invoice contact information: 1-877-353-9791
FSC e-Invoice email: vafsccshd@va.gov
FSC Internet: http://www.fsc.va.gov/einvoice.asp

Contracting Officer s Representative (COR)

The Chief, Support Services Division or designee, shall be the Contracting Officer s Representative (COR) for the VA Regional Office. The contractor shall coordinate all work performed with the Chief, Support Services or his/her designee.

Jackson Veterans Affairs Regional Office Point of Contact and CO:

Jackson VARO POC
Name: Duane Odom
Phone: (601) 364-7115
E-Mail: duane.odom@va.gov
Title: Support Services Specialist

Contracting Officer - TBD upon contract award.

GROUNDS MAINTENANCE REQUIREMENTS FOR JACKSON VA REGIONAL OFFICE

Weekly: April through October:

The first Spring grass cutting shall not occur until the grass has had an opportunity to grow, to allow for greater FboNotice development. The last cutting in the Fall shall take place at such time to allow the grass to grow back to a length of two (2) to three (3) inches as a protection against the Winter season. The VA Regional Office (VARO) shall notify the contractor of the first cut of the new season.

Mow lawns with riding tractor/mower and hand mowers; grass height after cut is approximately one and one-half inches. All debris to be cleaned from lawns after mowing. Mulching mowers are encouraged so that long grass clippings are not visible on the lawn. Mowing may need to be accomplished less frequently or more frequently during wet or dry periods; however, grass shall not be cut more than once per week unless requested by the Contracting Officer s Representative (COR). The COR reserves the right to increase or decrease the number of cuttings provided. Any weekly cutting added or eliminated by altering of the schedule shall be added or deducted at the same bid rate as the regular weekly cutting. Mulching---If mulching lawn mowers are used, grass clippings may be left on the lawn; however, visible clippings that lie on top of the grass rather than filtering down on to the soil shall be raked up or bagged and disposed of to prevent smothering or killing the grass, and to eliminate the unsightly appearance of dried, discolored clippings on the lawn.

All sidewalks and other paved areas shall be swept or blown free of dust, dirt and debris. The contractor shall do this weekly throughout the year, not just April through October.

Pick up trash, limbs, and other debris from lawn areas and flower beds as needed. VARO shall have a dumpster on station in which to place trash and clippings. All grass, leaves, and trash shall be bagged before being placed in dumpsters. Large tree limbs or any other large debris shall be cut into small pieces, so trash shall not protrude from dumpster. Dumpster shall not be filled over the sides. If debris does not fit into the dumpster without over filling, the contractor shall immediately notify the COR or his/her designee.

Trim around all structures and edge all walks and curbs with a string trimmer or edger after each mowing. Areas that are inaccessible to power mowers shall be trimmed with string trimmers.

Bi-Monthly (Twice Monthly) November through March:

Remove leaves and other debris from lawns with tractor or lawn mower and/or hand raking (if necessary). If leaves or grass clippings are bagged, they shall be bagged before being placed in the VARO dumpster. Leaves and lawn debris shall not be removed more than twice per month (once every two weeks) unless requested by the Contracting Officer s Representative (COR). The COR reserves the right to increase or decrease the number of visits provided depending upon the appearance of the lawn. Mulching: If mulching lawn mowers are used, leaves and grass clippings may be left on the lawn; however, visible leaves or lawn clippings that lie on the top of the grass rather than filtering down onto the soil shall be raked up or bagged and disposed of to prevent smothering or killing the grass and to eliminate the unsightly appearance of dried, discolored clippings on the lawn.

Quarterly-April through October:

Trim all shrubs and hedges as necessary to keep a neat and orderly appearance. The following example is provided to demonstrate the level of care required by the contract: Rotunda Hollies shall be trimmed twice (2 times) per year; Yopon Hollies shall be trimmed three (3) times per year; and Burford Hollies (fountain plantings) shall be trimmed four (4) times per year.

Semi-Annually

Install mulch (minimum or two inches of pine bark or pine straw) for all plant, shrub, and tree beds. Mulching shall be accomplished in late Spring and November of each year. Plant beds may be mulched with pine straw or pine bark.

Annually

Prune all trees and Crape Myrtles to remove sucker growth, dead limbs, etc., after the first freeze in the Fall of each year.
As Needed

Hand weed and replace mulch in flower beds to maintain a clean and weed free appearance in all planted areas. Environmental Protection Agency (EPA) approved chemicals may be used to control weeds; however, the contractor is required to maintain an MSDS binder in the Support Services Division office for all chemicals used and the specific area/areas in which the chemicals shall be used to the COR or his/her designee.
Notice: All shrub beds and other areas that are pine straw or pine bark mulch covered must be kept free of weeds.

Provide complete fertilizer and weed control program for all turf areas.
Provide a complete program to fertilize shrubs, trees, and ground cover.
DUTY HOURS

Normal business hours are Monday through Friday, from 6 a.m. until 6 p.m. local time, excluding Federal holidays. The contractor s on-site supervisor(s) and ground crew(s) will perform services between the hours of 7 a.m. and 4:30 p.m. local time. The VA reserves the right to request changes in work schedules to meet the needs of the Government.

Federal Holidays

Work at the government site shall not take place on Federal holidays or weekends. There are ten (10) Federal holidays set by law (USC Title 5 Section 6103). Under current definitions, five are set by date:

New Year's Day, January 1
Juneteenth Day, June 19
Independence Day, July 4
Veterans Day, November 11
Christmas Day, December 25

If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month:

Martin Luther King's Birthday Third Monday in January
Washington's Birthday Third Monday in February
Memorial Day Last Monday in May
Labor Day First Monday in September
Columbus Day Second Monday in October

NON-PERSONAL SERVICES CONTRACT

No employer-employee relationship is created by an agency s use of private sector contractor-employees under these regulations. Services furnished by contractor-employees shall be performed by their employees who shall not be considered or treated as Federal employees for any purpose, shall not be regarded as performing a personal service, and shall not be eligible for civil service employee benefits, including retirement. Further, to avoid creating any appearance of such a relationship, agencies shall observe the following requirements:

[5 CFR 330]
VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY REQUIREMENTS
All Contractors and Contractor personnel shall be subject to the same Federal security and
privacy laws, regulations, standards, and VA policies, including the Privacy Act, 5
U.S.C. §552a, and VA personnel, regarding information and information system security.

Contractors must follow policies and procedures outlined in VBA Directive 6300, VA
Directive 6500, VA Directive 6500.6, VA Handbook 6500, Contract Security which are available at: http://wwwl.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place.

Information Security:
The Contractor shall not attempt to override or disable security, technical, or management controls unless expressly permitted to do so explicit under the contract or at the direction of the COR and/or Information Security Officer (ISO).

If paper is discovered with personally identifiable information (PII) or sensitive personal information (SPI) on it while performing normal duties outlined in this contract, the Contractor should immediately take it to the COR or the ISO and communicate the following details: where the information was found and who finds it.
PII is information, address, social security, etc.
SPI with respect to an individual, means any information about the individual maintained by an agency, including the following: (i) education, financial transactions, medical history, and criminal or employment history;(ii) information that can be used to distinguish or trace the individual s identity, including name, social security number, date and place of birth, mother s maiden name, or biometric records.

The Contractor will not take VA sensitive information from the workplace without written authorization from the COR and the ISO.

NOTE: Per VA Handbook 6500.6 Appendix A, the C&A requirements do not apply, and a Security Accreditation Package is not required.

Period of Performance: Base Year of 12 months from date of award with potential four (4) 12-month option periods. FOB Destination.
FAR 52.212-1, Instructions to Offerors Commercial Items (NOV 2021), applies to this solicitation. The following provisions and clauses are added as addenda:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
http://www.acquisition.gov/far/index.html (FAR)
http://www.va.gov/oal/library/vaar/index.asp (VAAR)

52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
52.233-2 Service of Protest (SEPT 2006)
52.237-1 Site Visit (Apr 1984)

Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

(End of provision)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Department of Veterans Affairs, Veterans Benefits Administration, Office of Acquisition, 1600 G Street, NW, Washington, DC 20006.
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
FAR 52.212-1 INSTRUCTIONS TO OFFERORS
The Department of Veterans Affairs is soliciting quotes from SDVOSB vendors to grounds maintenance services located at the VBA, VA Regional Office, 1600 East Woodrow Wilson Avenue, Jackson, MS 39216.
The government anticipates a single (all or none), firm fixed price award.
Quote must be emailed to kimberly.tomasi@va.gov and offerors shall ensure the following information is on their written quote:
a. Company Full Name, Address and Telephone Number of point of contact.
b. Cage Code, SAM UEI Number, Duns Number and Tax Identification Number
c. Include completed SECTION V PRICE/COST SCHEDULE
d. Written statement limited to two pages or less demonstrating the offeror has the required technical capability, experience, and past performance.
Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award.
To be considered for award prospective offerors must be registered and active in the System for Award Management (www.SAM.gov) and SBA verified SDVOSB Veteran Small Business Certification SBA Veteran Small Business Certification (sba.gov) verified at the date and time set for receipt of offers. An Offeror, who is not SAM registered or SBA VetCert verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award.
(End of provision)
ix. FAR 52.212-2, Evaluation Commercial Items (NOV 2021), applies to this solicitation.
BASIS FOR AWARD: This requirement will be competed and awarded under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The contracting techniques associated with FAR Part 15 do not apply. Following receipt of quotes, the government will perform an evaluation using a comparative analysis of the quotes, in an impartial manner. The government intends to compare what has been quoted to one another to select the quote that is best suited to fulfill the requirement. The evaluation factors outlined in this request for quote will determine suitability. Technical, Experience and past performance when combined are more important than price. The Government will award a contract resulting from this solicitation to the responsive, responsible Vendor in accordance with FAR 9.104-1 and whose quote conforms to the solicitation, and provides the best value to the Government, price and other non-price factors considered. Since award may be made to the Vendor with other than the lowest price, price is not necessarily the determining factor.
The following factors shall be used to evaluate quotes:
TECHNICAL CAPABILITY - The technical capability rating reflects the degree to which the proposed approach has demonstrated the ability to perform grounds maintenance services as required by the solicitation. The technical evaluation rating will be determined by evaluating the following: Vendors shall submit documentation illustrating a clear description of the management methodology that will be used for executing the effort described in the SOW. This description shall include:

(1) Identifying key personnel and their experience/qualifications
(2) Details of the vendor s internal quality assurance plan

EXPERIENCE - The basis of evaluation under this factor will be focused on the firm s experience in performing recent contracts and/or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar grounds maintenance services were successfully provided. Only quotes that demonstrate relevant experience with providing similar grounds maintenance services shall be eligible for award. Government and commercial sources will be accepted. The Contractor must regularly offer and engage in providing similar grounds maintenance services as described in this solicitation.

PAST PERFORMANCE- The past performance evaluation will be accomplished by reviewing aspects of a Vendors recent and relevant past performance. The Vendor shall submit past performance information that is both recent (within the past three (3) years) and relevant (similar in size, scope, and complexity to the requirement being procured), if applicable. Recent and relevant past performance shall be discussed for the prime contractor and/or any major team members or teaming partners proposed to support this contract. The Vendor is provided an opportunity to submit a list of no more than three (3) of the Vendor s most recent and relevant past performance information on projects: similar in size, scope, and complexity to the requirement being procured under this solicitation, performed for Government agencies and/or commercial customers within the last three (3) years from the solicitation release date. The past performance submittals shall include (when applicable): Contract Number, Contracting Officers (CO): Name, Phone number and Email address, Contracting Officers Representatives (COR): Name, Phone number and Email address, Non-Government Points of Contact (if applicable), Total Contract Value at time of award and final price after any/all modifications, Initial Period of performance (POP) and final POP after any/all modifications, Narrative describing the requirement and reason for any modifications which effected price or performance period. The Government reserves the right to obtain past performance data from other sources than those identified by the Vendor in evaluating past performance. In the case of a Vendor without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Vendor may not be evaluated favorably or unfavorably on past performance. Therefore, the Vendor shall be determined to have unknown past performance. In the context of confidence, the Vendor will be evaluated as Unknown Confidence and shall be considered neutral.

PRICE- The Vendor is required to quote a fully burdened fixed price for the CLIN structure as shown in Section v. Insert the quoted unit and extended prices in Contract Line Item Number (CLIN) 0001 through 4001. All unit prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458. The Government shall evaluate price to determine if it is considered fair and reasonable in accordance with FAR Part 13.106-3.

Government intends to make award without discussions. Contractor should ensure their best effort is put forth in their submission. The government expects most favored customer pricing.

FAR 52.212-3 Offeror Representations and Certifications Commercial Items (MAY 2022) applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer.

FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) applies to this solicitation. The following provisions and clauses are added as addenda:
FAR 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):
http://www.acquisition.gov/far/index.html (FAR)
http://www.va.gov/oal/library/vaar/index.asp (VAAR)


52.202-1 Definitions (JUN 2020)
52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020) Alternate I (Nov 2021)
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Jun 2020)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.204-13
System For Award Management Maintenance (OCT 2018)

52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
  (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
    (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months.
(End of clause)
The Government will take no action to enforce the clause implementing requirements of Executive Order 14042, absent further written notice from the contracting officer, where the place of performance identified in the contract is in a U.S. state or outlying area subject to a court order prohibiting the application of requirements pursuant to the Executive Order (hereinafter, Excluded State or Outlying Area ). In all other circumstances, the Government will enforce the clause, except for contractor employees who perform substantial work on or in connection with a covered contract in an Excluded State or Outlying Area, or in a covered contractor workplace located in an Excluded State or Outlying Area. A current list of such Excluded States and Outlying Areas is maintained at Safer Federal Workforce for Federal Contractors. For Federal Contractors | Safer Federal Workforce Guidance documents issued by the Safer Federal Workforce Task Force or OMB, related to the Task Force s mission.
52.228-5 Insurance Work on a Government Installation (JAN 1997)
(a)Â The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract.
(b)Â Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government s interest shall not be effective-
(1)Â For such period as the laws of the State in which this contract is to be performed prescribe; or
       (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer.
(c)Â The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors proofs of required insurance and shall make copies available to the Contracting Officer upon request.
(End of clause)

52.232-18 Availability of Funds (APR1984)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.232.40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
52.232-23 Assignment of Claims (MAY 2014)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
52.233-1 Disputes (MAY 2014)
52.233-4 Applicable Law for Breach of Contract Claims (OCT 2004)
52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984)
VAAR 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020)
VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)
(a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference.
_-_ 852.201-70, Contracting Officers Representative
_X_ 852.203-70, Commercial Advertising.
___ 852.209-70, Organizational Conflicts of Interest.
_X_852.211-70, Equipment Operation and Maintenance Manuals.
___ 852.214-71, Restrictions on Alternate Item(s).
___ 852.214-72, Alternate Item(s). [Note: this is a fillable clause.]
___ 852.214-73, Alternate Packaging and Packing.
___ 852.214-74, Marking of Bid Samples.
__ 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors.
___ 852.215-71, Evaluation Factor Commitments.
___ 852.216-71, Economic Price Adjustment of Contract Price(s) Based on a Price Index.
___ 852.216-72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index.
___ 852.216-73, Economic Price Adjustment State Nursing Home Care for Veterans.
___ 852.216-74, Economic Price Adjustment Medicaid Labor Rates.
___ 852.216-75, Economic Price Adjustment Fuel Surcharge.
___ 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements.
_X_ 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
___ 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside.
___ 852.222-70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans.
___ 852.228-70, Bond Premium Adjustment.
___ 852.228-71, Indemnification and Insurance.
___ 852.228-72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds.
_X_ 852.232-72, Electronic Submission of Payment Requests.
___ 852.233-70, Protest Content/Alternative Dispute Resolution.
___ 852.233-71, Alternate Protest Procedure.
___ 852.237-70, Indemnification and Medical Liability Insurance.
___ 852.246-71, Rejected Goods.
___ 852.246-72, Frozen Processed Foods.
___ 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements.
___ 852.271-72, Time Spent by Counselee in Counseling Process.
___ 852.271-73, Use and Publication of Counseling Results.
___ 852.271-74, Inspection.
___ 852.271-75, Extension of Contract Period.
___ 852.273-70, Late Offers.
___ 852.273-71, Alternative Negotiation Techniques.
___ 852.273-72, Alternative Evaluation.
___ 852.273-73, Evaluation Health-Care Resources.
_X_ 852.273-74, Award without Exchanges.
(End of clause)

852.219-73Â VA NOTICE OF TOTAL SET-ASIDE FOR VERIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (NOV 2022)

(a)Â Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB :
(1) Means a small business concern
(i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.101, Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA s Vendor Information Pages (VIP) database at https://www.vetbiz.va.gov/vip/; and
(v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR parts 121 and 125, provided that any reference therein to a service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to apply to a VA verified and VIP-listed SDVOSB, unless otherwise stated in this clause.
(2) The term Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632).
(4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) of this clause).
(b) General. (1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered.
(2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award.
(3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences.
(c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70.
(d) Agreement. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 13 CFR 125.6. Unless otherwise stated in this clause, a requirement in 13 CFR parts 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required certification requirements in this solicitation (see 852.219-75 or 852.219-76 as applicable). These requirements are summarized as follows:
(1) Services. In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSBs (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract.
(2) Supplies/products. (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract.
(ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13 CRF 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements.
(3) General construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs.
(4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not VIP-listed SDVOSBs.
(5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6.
(e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows:
[Contracting Officer check as appropriate.]
__X__ By the end of the base term of the contract or order, and then by the end of each subsequent option period; or
____ By the end of the performance period for each order issued under the contract.
(f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants.
(g) Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.101, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program.
(h) Misrepresentation. Pursuant to 38 USC 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406-2 Causes for Debarment).
(End of clause)


52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (DEC 2022), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation:
Paragraph b clauses applicable:
(4) 52.204-10 Reporting Executive Compensation & First Tier Subcontracting Awards (JUN 2020)
(8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 31 USC 6101)
(22) 52.219-28 Post-Award Small Business Program Representation (SEP 2021)
(27) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755)
(29) 52.222-21 Prohibition of Segregated Facilities (APR 2015)
(30) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246)
(31) 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212)
(32) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
(33) 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212)
(34) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)
(35) 52.222-50 Combating Trafficking in Persons (NOV 2021)
(39) 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693)
(44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
(51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
(58) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018)
Paragraph c clauses applicable:
(1) 52.222-41 Service Contract Labor Standards (AUG 2018)
(2) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
(THIS IS NOT A WAGE DETERMINATION)
EMPLOYEE CLASS WAGE + FRINGE BENEFITS
11210 Laborer, Grounds Maintenance $14.04

(3) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
(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)

N/A
N/A
Offers are due not later Tuesday, March 28, 2023 @ 8:00 AM, EST. Offers must be submitted electronically via email to kimberly.tomasi@va.gov. Questions must be submitted via email to kimberly.tomasi@va.gov by Wednesday, March 15, 2023 @ 8:00 AM, EST.
For additional information, please contact the Contracting Officer, Kimberly Tomasi via e-mail to kimberly.tomasi@va.gov.
Attachments/Links
Attachments

Links
Display Name Updated Date
https://www.va.gov (opens in new window) Mar 01, 2023
Contact Information
Contracting Office Address
  • 1800 G STREET NW
  • WASHINGTON , DC 20006
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 01, 2023 05:14 pm ESTCombined 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 >