J– Grease Trap Cleaning Service
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: J-- Grease Trap Cleaning Service
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: 36C24819Q0046
Contact:
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance (address):
Place of Performance (zipcode): 33744
Place of Performance Country:
Description:
COMBINED SYNOPSIS/SOLICITATION 36C24819Q0046
General Information
Action Code: Combined Synopsis Solicitation
Document Type: RFQ
RFQ Number: 36C24819Q0046
Posted Date:
Response Date:
Classification Code: J099
Set Aside: SDVOSB
NAICS Code: 562998
Contracting Office Address
NCO 8
ATTN:
Bay Pines, FL 33744
Description
This is a Request for Quotes for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued.
This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on 36C24819Q0046. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, effective
The Network Contracting Office 8-
The service will begin upon receipt of notice of award of contract with a one (1) Year Base and four (4) Option Years. The contractor shall provide all supplies, materials, parts, equipment, labor, supervision and management to perform all tasks to provide the Grease Trap Cleaning Service in accordance with the Performance Work Statement below.
The North American Industrial Classification System (NAICS) code for this procurement is 562998 with a small business size standard of
at the date and time set for receipt of offers.
All contractors interested in providing these services must submit a quote by
B. Schedule of Services
The attached Price/Cost Schedule is applicable to this requirement and prospective contractors shall quote prices for all Contract Line Item Number(s).
C. Performance Work Statement
The Contractor shall furnish all labor, supplies, equipment and material capable of handling the pumping, cleaning, removal and transportation for disposal at the
The contractor shall scrape and/or use high pressure water to remove grease and residues from trap, pit walls, and/or associated piping/equipment. The contractor shall ensure unrestricted flow and proper operation of grease traps, inspect for any damage and notify the Point of contact (POC) immediately of suspected damage.
Place of Performance:
Terms of Contract: The period of performance will be from
Disposal of Grease: The contractor shall be responsible for removal and disposal of all grease, garbage and debris from
Inspection and Acceptance: Pumping of all grease traps shall take place on Tuesday, Wednesday or Thursday during the first ten (10) calendar days of each month. Quarterly pumping of grease traps shall take place during the months of October, January, April and July.
Contractor shall notify
Technical Industry Standards: The Contractor certifies that all applicable services offered under this contract shall conform to all common industry standards. The Contractor for these services will meet any regulatory requirements.
Federal Holidays: The contractor is not required to provide service on the following federal holidays, nor shall the contractor be paid for these holidays:
New Year s
Thanksgiving
Rescheduling Services: In an unforeseen event such as weather, etc.; that may prevent the contractor from doing said work, the contractor shall be notified by the COR and at the government s discretion, reschedule work. The contractor shall provide this service at no additional cost to the government.
Insurance:
a. The Contractor shall possess and maintain all necessary insurance, license and permits required for contract performance. Contractor is responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the
b. Reporting on-the-job Injuries: The Contractor is required to report all on-the-job injuries incurred by the Contractor, its agents or employees, resulting from performance of this contract. Contractor will notify the COR (either orally or via telephone) within twenty-four (24) hours of the injury and provide details and exact location of the incident. This will be followed up by a written notice to the COR.
D.
The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitment or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred thereof.
1. All contract administration matters will be handled by the following individuals:
a. CONTRACTOR ________________________________________--(Contractor s
Address ________________________________________ (Street)
*----- ________________________________________--(City-State-Zip)
Point of contact________________________________________--(
Phone No.________________________________________
Fax Number________________________________________
E-mail ________________________________________
DUNS Number_______________________________________
b. GOVERNMENT:
3. INVOICES: Invoices shall be submitted in arrears in accordance with:
852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (
Upon Acceptance of Items
4. GOVERNMENT INVOICE ADDRESS: The
Contractor shall submit an electronic invoice to VAFSC e-Invoice by the tenth (10th) of the following month services were performed through the website https://portal.ob10.com/Login.aspx.--For questions re garding the submission of
FACSIMILE, E-MAIL, AND SCANNED DOCUMENTS ARE NOT ACCEPTABLE FORMS OF SUBMISSION FOR PAYMENT REQUESTS
*-
For assistance setting up e-Invoice, the below information is provided:
Tungsten Network e-Invoice Registration: [email protected]
Tungsten Network e-Invoice Setup Information: (877)752-0900 (Option 2 Enrollment)
OB10 Portal to submit electronic invoices: https://portal.ob10.com/Login.aspx
Tungsten Network Customer Service: (877)489-6135
VAFSC for Invoice receipt or payment questions, call: (877)353-9791 or
VAFSC Email: [email protected] --
The following RFQ provisions apply to this acquisition:
Addendum to FAR 52.212-4:
The following RFQ clauses apply to this acquisition:
52.252-2
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
http://www.va.gov/oal/library/vaar/
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance (
52.212-4 Contract Terms and Conditions- Commercial Items (
52.232-39 Unenforceability of Unauthorized obligations
52.233-1 Disputes
52.233-4 Applicable Law for Breach of Contract Claim
52.217-8 Option to Extend Services (
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 Days
(End of clause)
52.217-9 Option to Extend the Term of Contract (
(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 five (5) years and six months.
52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (
(a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.
(b) Applicability. This clause applies only to
(1) Contracts that have been totally set aside or reserved for small business concerns; and
(2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).
(c) General.
(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.
(2) Any award resulting from this solicitation will be made to a small business concern.
(d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in
(End of Clause)
852.232-72 Electronic submission of payment requests
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the
1) Awards made to foreign vendors for work performed outside
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a
(5) Solicitations or contracts in which the
(End of clause)
852.237-70 Contractor Responsibilities
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the
(End of Clause)
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (
(3) 52.233-3, Protest After Award (
(4) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
___ (2) 52.203-13,
___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
___ (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (
___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
___ (10) [Reserved]
___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
___ (ii) Alternate I (
___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
___ (ii) Alternate I (
___ (13) [Reserved]
_X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (
___ (ii) Alternate I (Nov 2011).
___ (iii) Alternate II (Nov 2011).
___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (
___ (ii) Alternate I (
___ (iii) Alternate II (
___ (16) 52.219-8, Utilization of Small Business Concerns (
___ (17) (i) 52.219-9, Small Business Subcontracting Plan (
___ (ii) Alternate I (
___ (iii) Alternate II (
___ (iv) Alternate III (
___ (v) Alternate IV (
___ (18) 52.219-13, Notice of Set-Aside of Orders (
___ (19) 52.219-14, Limitations on Subcontracting (
___ (20) 52.219-16, Liquidated Damages Subcontracting Plan (
___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
_X__ (22) 52.219-28, Post Award Small Business Program Representation (
___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (
___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (
_x__ (25) 52.222-3, Convict Labor (
___ (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (
_x__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__x_ (28) 52.222-26, Equal Opportunity (
___ (29) 52.222-35, Equal Opportunity for Veterans (
__x_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
___ (31) 52.222-37, Employment Reports on Veterans (
___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
__x_ (33) (i) 52.222-50, Combating Trafficking in Persons (
___ (ii) Alternate I (
___ (34) 52.222-54, Employment Eligibility Verification (
___ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (
Note to paragraph (b)(35): By a court order issued on
___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
___ (ii) Alternate I (
___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (
___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (
___ (40) (i) 52.223-13, Acquisition of EPEAT-- -Registered Imaging Equipment (
___ (ii) Alternate I (
___ (41) (i) 52.223-14, Acquisition of EPEAT-- -Registered Television (
___ (ii) Alternate I (
___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (
___ (43) (i) 52.223-16, Acquisition of EPEAT-- -Registered Personal Computer Products (
___ (ii) Alternate I (
_x__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (
___ (45) 52.223-20, Aerosols (
___ (46) 52.223-21, Foams (
___ (47) (i) 52.224-3, Privacy Training (
___ (ii) Alternate I (
__x_ (48) 52.225-1, Buy American'upplies (
___ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
___ (ii) Alternate I (
___ (iii) Alternate II (
___ (iv) Alternate III (
___ (50) 52.225-5, Trade Agreements (
__x_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (
___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (
___ (56) 52.232-30, Installment Payments for Commercial Items (
_x__ (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (
___ (58) 52.232-34, Payment by Electronic Funds Transfer Other Than System for Award Management (
___ (59) 52.232-36, Payment by Third Party (
___ (60) 52.239-1, Privacy or Security Safeguards (
___ (61) 52.242-5, Payments to Small Business Subcontractors (
___ (62) (i) 52.247-64, Preference for Privately Owned
___ (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:
___ (1) 52.222-17,
__x_ (2) 52.222-41, Service Contract Labor Standards (
__x_ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (
_x__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (
___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
_x__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (
___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (
___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
___ (11) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
___ (12) 52.237-11, Accepting and Dispensing of
(d) Comptroller General Examination of Record the Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause
(i) 52.203-13,
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(iii) 52.219-8, Utilization of Small Business Concerns (
(iv) 52.222-17,
(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vi) 52.222-26, Equal Opportunity (
(vii) 52.222-35, Equal Opportunity for Veterans (
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (
(ix) 52.222-37, Employment Reports on Veterans (
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
(xi) 52.222-41, Service Contract Labor Standards (
(xii) (A) 52.222-50, Combating Trafficking in Persons (
(B) Alternate I (
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
(xv) 52.222-54, Employment Eligibility Verification (
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (
Note to paragraph (e)(1)(xvii): By a court order issued on
(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
(xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (
(xx) (A) 52.224-3, Privacy Training (
(B) Alternate I (
(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
(xxiii) 52.247-64, Preference for Privately-Owned
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.212-1 -- Instructions to Offerors -- Commercial Items (October 2015):
Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the RFQ,
Addenda to 52.212-1: paragraph (c) period for acceptance of offers, delete "30 calendar days" and insert "90 calendar days" in its place.
52.252-1
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
52.204-16 Commercial and Government Entity Code Reporting (
52.204-17 Ownership or Control of Offeror (
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications
52.216-1--Type of Contract (
The Government contemplates award of a Firm Fixed Priced Requirements contract resulting from this solicitation.
(End of Provision)
52.233-2 - Service of Protest (
(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 Network Contracting Office 8,
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)
852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors.
(
(a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation,
(b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov).
(c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.gov).
(End of clause)
852.273-74 Award without exchanges.
The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary.
INSTRUCTIONS TO QUOTERS:
*-
Submitting your quote. Submit your company s quote in writing and on paper to the address specified on page 1 of this Request for Quotes (RFQ) or via e-mail utilizing either PDF or Microsoft Word formats (8 Megabyte File Size Limitation). You may not submit more than one quote. If a concern submits more than one quote all quotes will be rejected from that concern. Quotes received that do not contain all of the following information being requested will be considered unacceptable.
Submission deadline. We must receive your quote at the address specified by the deadline specified on page one. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order and considering it will not delay our purchase. In case of an emergency that delays our operations and makes submission or receipt of your quote impossible, we will extend the deadline by one working day.
Terms and content of your quote. Your quote must be based on the terms of this RFQ. We may reject any quote that is not based on these terms in every respect. Your quote must contain all the information described below.
Information to be submitted.
Put the following information on the first page of your quote:
RFQ Number: 36C24819Q0046
CONTRACTOR ________________________________________--(Contractor s
Address ________________________________________(Street)
________________________________________--(City-State-Zip)
Point of contact ________________________________________-- (
Phone No. ________________________________________
E-mail ________________________________________
DUNS Number ________________________________________
Your payment address;
Beginning on the second page of your quote, provide the following information in the following order:
All quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Complete and provide the attached Offeror Representations and Certifications, per 52.212-3.
ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the synopsis solicitation numbered and dated as follows:
AMENDMENT NO
DATE
Add rows as needed.
The above amendment section must be filled-out in the event that an Amendment(s) is sent to the offeror or posted to www.fbo.gov and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the quote.
Offerors shall complete and return the attached Price/Cost Schedule of this RFQ.
Only one quote shall be submitted by an offeror.
Offerors shall provide a copy of applicable insurance and license(s).
QUOTATION SUBMISSION
Offerors shall submit quotes electronically by the date and time in accordance with the Request for Quote instructions. The Offerors quote shall consist of three (3) volumes: Volume I Technical; Volume II Past Performance; and Volume III Price.
Content Requirements. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
52.212-2 Evaluation-Commercial Items (
The Government will award a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. Technical acceptability is rated as pass or fail based on the following factors:
Rating
Description
Pass
Proposal clearly meets the minimum requirements of the solicitation.
Fail
Proposal does not clearly meet the minimum requirements of the solicitation.
Technical
In order to be rated Technically Acceptable, the offeror shall demonstrate their ability to meet the minimum qualifications below in order to be evaluated.
Detailed planned to perform grease trap cleaning service for the BPVAHCS outlined in the PWS, to a full understanding of the scope and objectives.
Shall list equipment and supplies as required in the PWS.
Submit a copy of applicable license(s).
Submit a copy of liability insurance
If you plan to sub-contract out part of the work, include what you will do and what your sub-contractor will do and the anticipated percentages of each. You be must be able to comply with limitations on subcontracting clause in FAR52.219-14.
(b) Past Performance
Offerors shall provide a minimum of three (3) past performance references. Emphasis will be on recent and relevant past performance. Relevant is defined as work similar in size and scope of work described in PWS. Offerors
Contract/Project Name:
Location
Start Date of Project:
End Date of Project:
Reference s
Scope of project:
Quality of work performed:
The Offeror s present and past work record will be used to assess the Government s confidence in the Offeror s probability of successful performance. The Government will evaluate the Offeror s reputation for a record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror s business-like concern for the interest of the customer.
In investigating relevant past performance, the Government considers information in the offeror s proposal and information obtained from other sources. Other sources may include past & present customers & their employees, other Government agencies including state and local, consumer protection agencies pre-award surveys, and better business bureaus & others who may have useful information, including the Government s Contractor Performance Assessment Reporting System (CPARS) & Past Performance Information Retrieval System (PPIRS).
(c) Price
The Government will utilize a comparison of quoted prices amongst qualified sources.
Per FAR 13.106-2 -- Evaluation of Quotations or Offers:
The Government intends to award a contract as a result of this Request for Quote to the responsible offeror whose offer conforms to the RFQ requirements. A comparative evaluation of the quotes will be made in accordance with FAR 13.106-2(b). Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award.
The contracting officer will read all the quotes.
Quotes deemed too expensive or not practical for
The Government may reject all quotes.
The contracting officer and
Vendors shall provide a minimum quote acceptance period of 90 days after RFQ closing for offers
Award and documentation will be in accordance with FAR Part 13.106-3.
Points of contact
Contracting Officer
Organization: NCO 8
Phone No.: 727-399-3333
E-Mail Address: [email protected]
Link/URL: https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/36C24819Q0046/listing.html
Deal possible for fatal hit-and-run driver in insurance fraud case
Walorski and Hall square off in second debate
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News