J045– FY21: Grease Trap Maintenance
Notice Type: Combine Solicitation
Posted Date: 28-JUN-21
Office Address: Veterans Affairs, Department of; VETERANS AFFAIRS, DEPARTMENT OF; 248-NETWORK CONTRACT OFFICE 8 (36C248); TAMPA, FL 33637
Subject: J045-- FY21: Grease Trap Maintenance
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: 36C24821Q1174
Contact: Annette Whitfield-Johnson
Setaside: Total Small Business Set-Aside (FAR 19.5)Total Small Business Set-Aside (FAR 19.5)
Place of Performance (address): Department of Veterans Affairs Bay Pines VA Health Care System10000 Bay Pines Blvd Bay Pines FL
Place of Performance (zipcode): 33744
Place of Performance Country: USA
Description: Veterans Affairs, Department of
VETERANS AFFAIRS, DEPARTMENT OF
248-NETWORK CONTRACT OFFICE 8 (36C248)
36C24821Q1174Page 1 of Page 36 of 68Page 1 of COMBINED SYNOPSIS/SOLICITATION 36C24821Q1174SECTION A GENERAL DESCRIPTION General InformationAction Code: Combined Synopsis SolicitationDocument Type: RFQRFQ Number: 36C24819Q1174Posted Date: June 28, 2021Response Date: July 12, 2021Classification Code: J045Set Aside: Small BusinessNAICS Code: 562998Contracting Office AddressNCO 8ATTN: Annette Whitfield-Johnson10000 Bay Pines Blvd, Bldg. 2 RM 333Bay Pines, FL 33744DescriptionThis 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. The Department of Veterans Affairs, Bay Pines VA Health Care System (BPVAHCS) has a need to purchase Grease Trap Maintenance Service.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 20021-05, effective March 10, 2021. This solicitation is set aside for Small Business.All offerors must be registered in System for Award Management (SAM) at https://www.sam.gov at time offers are due to be considered for an award of a federal contract. Registration must be complete and not missing elements such as representations and certifications. Also, if you are a Service Disabled Veteran Owned Business (SDVOSB) or Veteran Owned Small Business (VOSB) please be sure to be registered in VIP (Vendor Information Pages) at https://vetbiz.va.gov/vip/. The North American Industrial Classification System (NAICS) code for this procurement is 562998 All Other Miscellaneous Waste Management Services, with a small business size standard of $8 million. This solicitation is a Small Business set-aside to Small Business. Responses shall be on all or none basis, no partial submissions will be accepted. Quote must be valid for 90 days.This solicitation will use Comparative Evaluation. The award will be made to the offeror determined to be acceptable, price reasonable and is determined to provide the best value to the government. All eligible offeror may submit quotes. NOTE: A Site Visit will be conducted on Thursday, July 1, 2021 at 10:00 A.M. EST. Interested vendors shall meet at 10000 Bay Pines Blvd, Bay Pines, Florida 33744, in front of the US Post Office (Building 20 on BPVAHCS Campus Map) no later than 10:00 A.M. The site visit is highly encouraged and expected prior to submission of quote.***ALL VENDORS WILL BE REQUIRED TO PROCEED THROUGH THE COVID-19 SCREENING UPON ARRIVAL TO BPVAHCS BEFORE PROCEEDING TO THE SITE VISIT LOCATION.Vendor Questions: All questions shall be in writing, sent by email to [email protected] and be must be received no later than July 6, 2021 by 4:00 PM EST. No further questions will be accepted after that date and time.Answers to Vendor Questions: Answers to vendor questions will be posted on Contract Opportunities July 8, 2021 by 4:00 PM EST.Quotes: Quotes are due July 12, 2021 by 4PM EST. Quotes shall be submitted via email ONLY to [email protected]. Quotes received after this date and time will be considered late in accordance with FAR Provision 52.212-1(f) and will not be evaluated unless the Contracting Officer determines the late quote will be accepted IAW 52.212-1(f)(2)(i)(A-C). SECTION B - SCHEDULE OF SERVICESThe attached Price/Cost Schedule is applicable to this requirement and offerors shall provide prices for all Contract Line Item Number(s). (See Attachment A)SECTION 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 Bay Pines VA Health Care System. The contractor is required to pump out and remove all water, grease, and other matter that has accumulated from seven (7) grease traps and six (6) lift stations in accordance with the following schedule. MONTHLY:Building 37 One (1) 400-gallon lift stationBuilding 101 One (1) 2,000-gallon grease trapBuilding 1 One (1) 2,000-gallon grease trapBuilding 100 One (1) secondary 3,500- gallon grease trap***Building 100 One (1) primary 3,500-gallon grease trap***QUARTERLY:Building 102 One (1) 400-gallon lift stationBuilding 46 One (1) 2,000-gallon grease trapBuilding 111 One (1) 1,000-gallon grease trapSEMI-ANNUALY:Building 1001 NCA Admin- One (1) 400-gallon lift stationBuilding 1001 NCA Maintenance- One (1) 400-gallon lift stationBuilding 102 One (1) 1500-gallon grease trapFisher House One (1) 400-gallon lift stationBuilding 107 ONE (1) 400-gallon lift stationPlace of Performance: The Bay Pines VA Healthcare System is located at 10000 Bay Pines Blvd. Bay Pines, FL 33744. Terms of Contract: The period of performance will be from July 24, 2021 to July 23, 2022 with four (4) one-year option periods.Removal of Grease and Garbage: The contractor is required to pump out and remove all water, grease, garbage, sewage, and other matter that has accumulated since the last service in accordance with the schedule. The contractor shall pressure clean traps and lift stations and expose all four sides and the bottom completely. 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.Disposal of Grease: The contractor shall be responsible for removal and disposal of all grease, garbage and debris from VA property in accordance with applicable laws, ordinances and regulations of Federal, State and local guidelines. Grease and waste hauler shall be permitted in Pinellas County. Provide documentation of disposal to include the following: disposal site location and amount (in gallons) disposed. 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 Joe Delgado, Plumbing Supervisor, 727-398-6661 extension 17634 or Cell Phone 727-386-3937 at least two weeks in advance of each pumping date. During this notification, arrangements will be made for the Point of contact (POC) of this contract or his/her designee to accompany the contractor to the site of work. Upon completion of each service the contractor shall obtain the signature of the Engineering designee, as specified, in order to show acceptance/rejection of the service. A copy of this transaction shall be given to the Engineering designee. This should include the minimum details: Date, device type location, local identifier, capacity, PO, time, gallons pumped, Interceptor or lift station condition, grease cap, solids removed, disposal location and permit #. Legible copies are to be provided to facility. 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 Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas DayRescheduling 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 State of Florida. 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. Infection Control: The contractor shall provide at no additional charge any needed supplies for infection control such as masks, gloves and alcohol hand gel. Quality Assurance: The government will periodically evaluate the contractor s performance in accordance with the Quality Assurance Surveillance Plan.Requirement Performance ObjectivesPerformance ThresholdPerformance StandardMethod of SurveillanceIncentive (Positive &/or Negative)Quality of Service Grease Trap - Maintenance Service in accordance to the PWS.Services shall meet or exceed PWS requirements.No more than two scheduled removals missed per quarter.Observation by COR.Positive: Acceptable performance rating in Contractor Performance Assessment Reporting System (CPARS)Negative: May result in adverse CPARSTimeliness of Service - Contractor adheres to service schedule in accordance with PWS.Contractor to perform services in accordance with schedule. 90% of service requestObservation by COR.Positive: Acceptable rating in CPARSNegative: May result in adverse CPARSInvoicingSubmission of timely, complete and accurate invoices95% Complete and Accurate Invoice Submittals Monthly Inspection and certification of the invoices by CORPositive: Acceptable rating in CPARSNegative: May result in adverse CPARSCustomer SatisfactionTimely resolution of issues that may arise during the contractNo more than two complaints relating to timely resolutions of issues that may arise under the contractObservation by COR.Positive: Acceptable rating in CPARSNegative: May result in adverse CPARSSECTION D - CONTRACT CLAUSES 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 http://www.va.gov/oal/library/vaar/ FAR NumberTitleDate52.203-17CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTSJUN 202052.204-4PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPERMAY 201152.204-13SYSTEM FOR AWARD MANAGEMENT MAINTENANCEOCT 201852.204-18COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCEAUG 202052.228-5INSURANCE WORK ON A GOVERNMENT INSTALLATIONJAN 199752.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 201352.242-17GOVERNMENT DELAY OF WORKAPR 1984852.242-71ADMINISTRATIVE CONTRACTING OFFICEROCT 2020 (End of Addendum to 52.212-4)52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 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 15.(End of Clause)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 15; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 2 years.(End of Clause)SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $300,000.00 per person; $100,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.(End of Clause)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. [X] 852.203 70, Commercial Advertising. [] 852.209 70, Organizational Conflicts of Interest. [] 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. [] 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. [X] 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. [X] 852.233 70, Protest Content/Alternative Dispute Resolution. [X] 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. [X] 852.270 1, Representatives of Contracting Officers. [] 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. [] 852.273 74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: [] 852.237 74, Nondiscrimination in Service Delivery.(End of Clause)852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause)52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2021) (JUL 2020) (DEVIATION) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115 232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203 6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203 13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41 U.S.C. 3509). [] (3) 52.203 15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). [] (7) 52.204 15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). [X] (8) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). [] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (MAR 2020) (15 U.S.C. 657a). [] (ii) Alternate I (MAR 2020) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (MAR 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (MAR 2020) of 52.219-4. [] (13) [Reserved] [X] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). [] (ii) Alternate I (MAR 2020) of 52.219-6. [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (NOV 2020) (15 U.S.C. 644). [] (ii) Alternate I (MAR 2020) of 52.219-7. [X] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). [] (17)(i) 52.219 9, Small Business Subcontracting Plan (JUN 2020) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (NOV 2016) of 52.219-9. [] (iii) Alternate II (NOV 2016) of 52.219-9. [] (iv) Alternate III (JUN 2020) of 52.219 9. [] (v) Alternate IV (JUN 2020) of 52.219 9. [] (18)(i) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). [] (ii) Alternate I (MAR 2020) of 52.219-13. [] (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15 U.S.C. 657f). [X] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (NOV 2020) (15 U.S.C 632(a)(2)). [] (ii) Alternate I (MAR 2020) of 52.219-28. [] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (MAR 2020) (15 U.S.C. 637(m)). [] (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 (MAR 2020) (15 U.S.C. 637(m)). [] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020) (15 U.S.C. 644(r)). [] (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)) [X] (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (28) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) (E.O. 13126). [X] (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [] (ii) Alternate I (FEB 1999) of 52.222-26. [X] (31)(i) 52.222 35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). [] (ii) Alternate I (JULY 2014) of 52.222-35. [X] (32)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). [] (ii) Alternate I (JULY 2014) of 52.222-36. [X] (33) 52.222 37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). [X] (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (35)(i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [X] (36) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). [] (40)(i) 52.223-13, Acquisition of EPEAT-----Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (OCT 2015) of 52.223-13. [] (41)(i) 52.223-14, Acquisition of EPEAT-----Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (MAY 2020) (42 U.S.C. 8259b). [] (43)(i) 52.223-16, Acquisition of EPEAT-----Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (44) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). [] (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). [] (46) 52.223-21, Foams (JUN 2016) (E.O. 13693). [] (47) (i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). [] (ii) Alternate I (JAN 2017) of 52.224-3. [] (48) 52.225-1, Buy American Supplies (JAN 2021) (41 U.S.C. chapter 83). [] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (JUL 2020) (DEVIATION) (19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate II (JUL 2020) (DEVIATION) of 52.225-3. [] (iii) Alternate III (JUL 2020) (DEVIATION) of 52.225-3. [] (50) 52.225 5, Trade Agreements (JUL 2020) (DEVIATION) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [X] (55) 52.229 12, Tax on Certain Foreign Procurements (JUN 2020). [] (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (57) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [X] (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). [] (59) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (60) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (61) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). [] (62) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). [] (63)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. [] (iii) Alternate II (FEB 2006) of 52.247-64. (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: [X] (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X] (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 ClassMonetary Wage-Fringe Benefits 23370 General Maintenance Worker$17.51 [X] (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). [] (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). [X] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020). [X] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). [] (9) 52.226 6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). (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, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (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, Contractor Code of Business Ethics and Conduct (JUN 2020) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (iv) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115 232). (v) 52.219 8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219 8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vii) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (viii) 52.222 35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (ix) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (x) 52.222 37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). (xiii)(A) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226 6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (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)SECTION E SOLICITATION PROVISIONS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/(End of Provision)FAR NumberTitleDate52.204-7SYSTEM FOR AWARD MANAGEMENTOCT 201852.204-16COMMERICAL AND GOVERNMENT ENTITIY CODE REPORTING AUG 202052.217-5TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATIONJUN 2020(End of Provision)ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMSProvisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:52.216-1 TYPE OF CONTRACT (APR 1984)The Government contemplates award of a Firm Fixed Priced contract resulting from this solicitation.(End of Provision)52.233-2 SERVICE OF PROTEST (SEP 2006)(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 8Annette Whitfield-Johnson10000 Bay Pines Blvd.Bldg. 2 RM 333Bay Pines FL 33744.----Email: [email protected](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)52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMSSubmitting 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). 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: 36C24819Q1174CONTRACTOR ________________________________________----(Contractor s Name)Address ________________________________________(Street)________________________________________----(City-State-Zip)Point of contact ________________________________________---- (Name/Title)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 Offeror Representations and Certifications, per 52.212-3, if is different than what is posted on SAM. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the synopsis solicitation numbered and dated as follows:AMENDMENT NODATE 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 contract opportunities website and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the quote.52.212-2 EVALUATION OF QUOTESEvaluation of Quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. (a) Basis for Award. The Government intends to make a single award resulting from this solicitation to the responsible quoter, which conforms to the solicitation and will be most advantageous to the Government. The following evaluation factors shall be used:Technical Past Performance Priceb) 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 (1) 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: TECHNICALThe offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror shall submit a technical response which contains the following:Offerors shall provide a copy of liability insurance.Offerors shall provide a copy of applicable license(s).Offerors shall provide a copy permit to dispose of waste in Pinellas County, Florida.Offerors shall provide copy of other applicable permits.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 for each. You must be able to comply with limitations on subcontracting clause in FAR 52.219-14. Offeror shall complete Limitation of Subcontract Memo. (Attachment B)Offerors shall complete the New Vendor Form. (Attachment C)Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely.----The technical response must describe each of the listed bullets to be technically acceptable and must provide enough detail to determine minimum qualifications.PAST PERFORMANCEofferors submitting a quote shall provide three (3) identified references when submitting their quote. Emphasis will be on recent and relevant past performance. Recent is defined as work performed within the last three years. Relevant is defines as work similar in scope of the work described in the PWS. The offeror will provide the following information as a minimum:Contract NumberDollar ValueDates of performanceName of Contracting Agency/HospitalPoint of contact at that Agency/HospitalPoint of contact information (i.e. email address, telephone number, etc.)A brief description of the work effort sufficient to demonstrate the relationship between the reference contract and the proposed effort.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 service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) & Past Performance Information Retrieval system (PIPPRS).PRICEThe offeror shall complete the Price/Cost Schedule (Attachment A) and include it with offer. The Government will evaluate the price by adding the total of all line item prices, including all options. The total evaluate price will be that sum. The offeror shall provide a minimum quote acceptance period of 90 days after RFQ closing for offers.Each factor will be rated as Satisfactory on Unsatisfactory. Quotes rated as Unsatisfactory in the Technical capability factor will be eliminated from further consideration. '--' To assist with an efficient and minimally burdensome evaluation, please address these Evaluation Criteria in accordance with the instructions in FAR 52.212-1 above and under Evaluation of Quotes. The Department of Veterans Affairs, NCO 8-BP-RPO East may reject your quote for failure to address each Evaluation Criteria in accordance with those instructions.SECTION F - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTSThe DOL Wage Determination for the specific locality is available at www.sam.gov. ----Please note the listing below is not all-inclusive wage determination of each area of performance. It is the contractor s responsibility to obtain and evaluate each wage determination locality.WD 2015-4571 (Rev.-13) was first posted on www.sam.gov on 4/7/2021 Area: Florida Counties of Hernando, Hillsborough, Pasco, Pinellashttps://sam.gov/wage-determination/2015-4571/13Point of contact:Contracting OfficerName: Annette Whitfield-JohnsonOrganization: NCO 8-BP-RPO EastPhone No.: (727) 399-3333Email: Annette [email protected]
Link/URL: https://beta.sam.gov/opp/48004befc8f64e84bf220571615f5302/view



Ulyanovsk State University Researchers Provide Details of New Studies and Findings in the Area of Social Science (Property insurance as a type of economic activity: providing a balance of interests of insurance business participants)
‘It Definitely Feels Early’: GOP’s Long Race To 2024 Begins
Advisor News
- OBBBA can give small-business clients opportunities for saving
- Equitable launches 403(b) pooled employer plan to support nonprofits
- Financial FOMO is quietly straining relationships
- GDP growth to rebound in 2027-2029; markets to see more volatility in 2026
- Health-related costs are the greatest threat to retirement security
More Advisor NewsAnnuity News
- Annuity income: The new 401(k) standard?
- Smart annuity planning can benefit long-term tax planning
- Agam Capital Announces the Continued Growth of Agam ISAC’s Bermuda Platform
- Best’s Special Report: Analysis Shows Drastic Shift in Life Insurance Reserves Toward Annuity Products, and a Slide in Credit Quality
- MetLife to Announce First Quarter 2026 Results
More Annuity NewsHealth/Employee Benefits News
- One-time Charges and 'Fintech'
- How To Make A High-Deductible Health Plan Work For You
- Study Findings from Wake Forest University School of Medicine Broaden Understanding of Insurance (Medicare’s 60th Anniversary: Policy, Politics and Payments): Insurance
- New Findings in Managed Care Described from Harvey L. Neiman Health Policy Institute (National Turnaround Time Trends for Medicare Fee-for-Service Beneficiaries, 2014-2023): Managed Care
- Study Findings on Cancer Published by Researchers at Department of Epidemiology (Health Insurance as a Mediator of Neighborhood Deprivation and Pediatric Cancer Survival: An Analysis of State Cancer Registry Data): Cancer
More Health/Employee Benefits NewsLife Insurance News
- How improving the customer experience can build trust
- AI won’t solve the workforce crisis; here’s what will
- Agam Capital Announces the Continued Growth of Agam ISAC’s Bermuda Platform
- An Application for the Trademark “PREMIER ACCESS” Has Been Filed by The Guardian Life Insurance Company of America: The Guardian Life Insurance Company of America
- AM Best Assigns Credit Ratings to North American Fire & General Insurance Company Limited and North American Life Insurance Company Limited
More Life Insurance News