V--Labor and Transportation Services needed to remove 1,370 excess file cabinets and excess furniture from VARO Cleveland (station 325).

expired opportunity(Expired)
From: Federal Government(Federal)
36C10E19Q0250

Basic Details

started - 02 Aug, 2019 (about 4 years ago)

Start Date

02 Aug, 2019 (about 4 years ago)
due - 16 Aug, 2019 (about 4 years ago)

Due Date

16 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C10E19Q0250

Identifier

36C10E19Q0250
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103020)VETERANS AFFAIRS, DEPARTMENT OF (103020)VBA FIELD CONTRACTING (36C10E) (815)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Jul 29, 2019 2:59 pm COMBINED SYNOPSIS SOLICITATIONThis is a combined synopsis/solicitation for commercial items 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.36C10E19Q0250The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a 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 NAIC Code for this solicitation is 484210 Used household and office goods moving 15 million.Remove and dispose of office furniture in accordance with attached SOW.ITEM NO.DESCRIPTIONQTYUNITUNITPRICEAMOUNT0001The contractor shall provide all supplies, services, equipment, tools, labor, facilities, transportation, and supervision to remove and dispose of office furniture in accordance with the attached Statement of Work.Period of Performance: 60 calendar days from award of order.1JB$___________$___________ITEM NO.DESCRIPTIONQTY UNITAMOUNT0002Credit to the government for recycling, resale of furniture by the contractor1 EA$___________Description of RequirementPurposeThis Statement of Work {SOW) is for the removal of empty, steel file cabinets from the 11th floor of the Anthony J. Celebrezze Federal Building located at the VA Cleveland Regional Office, 1240 East Ninth Street, Cleveland, Ohio, 44199. This SOW also includes the removal of excess furniture from the 10th floor of the same building. All items removed will be disposed of by the contractor.ITEMS FOR REMOVAL11th floor items (Room 1183) include:{1,358) Steel file cabinets {15" x 25" x 60"){12) Steel file cabinets (42" x 18" x 64")10th floor items (Room 1011) include:{154) Bookshelves (12" x 36" x 72"){6) Desks (24" x 36" x 30"){6) Desk Hutches {15" x 60" x 36"){38) Chairs{5) Tables {36" x 24" x 30"){29) Adjustable Shelves (24" x 13" x 60")(76) File Cabinets (19" x 17" x 28")SCOPE OF SERVICESThe removal of the items needs to take place Monday - Friday from 8:00AM-4:00PMTrucks need to be 42' or smaller. No overnight parking will be allowed for any trucks or containers at the dock or adjacent to the Anthony J. Celebrezze Federal Building.A GSA dock access form [enclosed] is needed 48 hours prior to arrival to obtain pre-approval.There are two 8' x 8' freight elevators available. Only the freight elevators are to be used. Under no circumstances shall the regular elevators be used.The dock access form will grant access to the building for a specific company. Employees involved with this project should have proper company identification plus a valid driver's license photo ID.There is a staging area near the dock (Room B-39). This is located in the basement (not sub-basement) and is approximately 2,700 square feet.Any Paperwork found in filing cabinets, furniture will be turned over to the government representative immediately. It is the responsibility of the government to dispose of this paperwork.Period of Performance: 60 Days from issuance of the notice to proceedFAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda:52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998)VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008)FAR 52.212-2, EvaluationCriteria: The Government will evaluate quotes submitted in response to this solicitation based on a consideration of the following factors: Price, Experience and Past Performance. Included with each Contractor s quote, the Contractor is to provide a written statement limited to three pages or less demonstrating how the Contractor has the required Experience needed to successfully perform this requirement.Price: Price will be evaluated to determine if it is fair and reasonable.Experience: The basis of evaluation under this factor will be focused on the firm s experience in performing contracts and /or task orders of similar size, scope and complexity to the work being solicited within the SOW. This factor will be evaluated on an Acceptable or Unacceptable basis. The quote shall contain information from a minimum of one contract where similar services were successfully provided. Only quotes that demonstrate relevant experience with providing similar services will be eligible for award. Government and commercial sources will be accepted. At the request of the Government, the Contractor shall demonstrate to the satisfaction of the Government that the Contractor has: Adequate plant and equipment to pursue the work properly and expeditiously; Adequate staff and technical experience; Suitable financial status to meet the obligations of the work. A subcontractor so employed as the Contractor must be acceptable to the Government and shall be identified on the quote.Past Performance. The Contractor shall provide at least one reference that corresponds with the relevant experience provided and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance.Basis for Award: The Government shall make award to that quote that is found to be the lowest priced and meets the Government s stated experience and past performance requirements based upon the stated considerations above.FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________.FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda:52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees ofWhistleblower Rights (APR 2014)52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)52.204-13 System for Award Management Maintenance (OCT 2018)52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)52.233-1 Disputes (MAY 2014)52.252-2 Clauses Incorporated by Reference (FEB 1998)(FAR) http://www.acquisition.gov/far/index.html(VAAR) http://www.va.gov/oal/library/vaar/index.asp52.252-6 Authorized Deviations in Clauses.VAAR 852.203-70 Commercial Advertising (JAN 2008)VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION)VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012)VAAR 852.237-70 Contractor Responsibilities (APR 1984)52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation:Paragraph b applicable clauses:(1) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006)(4) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)(8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred,Suspended, or Proposed for Debarment (OCT 2015)(22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013)(25) 52.222-3 Convict Labor (June 2003)(27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999)(28) 52.222-26 Equal Opportunity (MAR 2007)(29) 52.222-35 Equal Opportunity for Veterans (OCT 2015)(30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)(31) 52.222-37 Employment Reports on Veterans (FEB 2016)(32) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)(33) 52.222-50 Combating Trafficking in Persons (MAR 2015)(42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)(49) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(56) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul2013)Paragraph c applicable clauses:(2) 52.222-41 Service Contract Labor Standards (MAY 2014)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination.Employee Class: 09040 - Furniture Handler 13.89.(4) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment(Multiple Year and Option Contracts) (MAY 2014)(8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015)(9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)N/AN/AQuotes are due no later than February 11, 2019 by 5:00 PM Central Standard Time. The vendor must be active in SAM and verified as a VOSB in Vetbiz.gov to receive an award. Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Included with each quote, the Offeror is to provide the following:Completed above solicitation s section v, CLINS 0001-0002 with unit, extended and total price.A written statement limited to three pages or less demonstrating the offeror has the required Experience.One completed Past Performance Questionnaire.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. Quotes shall be submitted electronically to email address Eric.Davidson@va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation #36C10E19Q0250. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. A SITE VISIT IS SCHEDULED FOR August 9, 2019 AT 1:00 PM. A SITE VISIT WILL BE INCOURAGED FOR ALL INTERESTED CONTACTORS. Please email at Eric.Davidson@va.gov in advance the name of the contractor employee who will attend the site visit.For additional information, please contact the Contracting Officer, Eric Davidson by e-mail at Eric.Davidson@va.gov

Veterans Benefits Administration;Cleveland Regional Office;1240 East Ninth Street;OH 44199 USALocation

Place Of Performance : Veterans Benefits Administration;Cleveland Regional Office;1240 East Ninth Street;OH 44199 USA

Country : United States

Classification

484 -- Truck Transportation/484210 -- Used Household and Office Goods Moving
naicsCode 484210Used Household and Office Goods Moving
pscCode VCivilian Personnel Recruitment