Combined Synopsis-Solicitation for Commercial Items
VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 16 of 16
Original Date: 10/12/17
Revision 04 Date: 06/10/20
Page 16 of 16
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04
This solicitation is set-aside for
SDVOSB
The associated North American Industrial Classification System (NAICS) code for this procurement is 484210, with a small business size standard of 30 million.
The FSC/PSC is V301.
The Ralph H Johnson VA Medical Center is seeking to purchase Office Relocation Services
All interested companies shall provide quotations for the following:
Services
PRICE/COST SCHEDULE
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
48.00
HR
__________________
__________________
SERVICE FOR MOVING GOODS FROM OLD FACILITIES INTO CBOC AND NORTH CHARLESTON ANNEX. O&I DRIVER
0002
48.00
HR
__________________
__________________
O&I VAN
0003
144.00
HR
__________________
__________________
O&I LABOR
0004
6.00
EA
__________________
__________________
FUEL SURCHARGE O&I
0005
1.00
EA
__________________
__________________
VALUATION
LOCAL STOCK NUMBER:
0006
200.00
CT
__________________
__________________
O&I 1.5 CTN
0007
48.00
EA
__________________
__________________
TAPE FOR BOXES
0008
48.00
HR
__________________
__________________
SERVICE FOR MOVING GOODS FROM OLD FACILITIES INTO MYRTLE BEACH ANNEX. O&I DRIVER
0009
48.00
HR
__________________
__________________
O&I VAN
0010
144.00
HR
__________________
__________________
O&I LABOR
0011
6.00
EA
__________________
__________________
FUEL SURCHARGE O&I
0012
2.00
EA
__________________
__________________
TRAVEL TO/BACK
0013
1.00
EA
__________________
__________________
VALUATION
LOCAL STOCK NUMBER:
0014
250.00
CT
__________________
__________________
O&I 1.5 CTN
0015
48.00
EA
__________________
__________________
TAPE FOR BOXES
GRAND TOTAL
__________________
PERFORMANCE WORK STATEMENT (PWS)
Ralph H. Johnson VA Medical Center (Stakeholder)
Myrtle Beach Community Based Outpatient Clinic
North Charleston Annex
BACKGROUND
The Veterans Health Administration (VHA), Ralph H. Johnson, VA Medical Center requires moving of office furniture, boxed up binders and removal of hung items, packing them then reinstall at new facilities.
2.0 GENERAL SCOPE
2.1 The Veterans Health Administration (VHA) has a requirement to move property to the new Myrtle Beach Community Based Outpatient Clinic (CBOC) at 1800 Airport Dr, Myrtle Beach, and to the new North Charleston Annex, 6450 Rivers Avenue, Charleston. The moves to the new Myrtle Beach CBOC will originate from two sites within 1 mile of the facility. The moves to North Charleston Annex will originate from Ralph H Johnson VA Hospital, approximately 12 miles away, and Trident Clinic at 9237 University Blvd.
2.2 Pickup and delivery locations:
Delivery Location 1:
Myrtle Beach Community Based Outpatient Clinic
1800 Airpark Drive
Myrtle Beach, SC 29577
POC: Matthew Grady (843)301-4824
Pick-up Locations:
Myrtle Beach OPC
3381 Phillis Blvd.
Myrtle Beach, SC 29577
Phone: (843) 047-7001 ext 2425
VA POC: Matthew Grady (843)301-4824
and
Myrtle Beach Annex
The Offices at Market Commons
1101 Johnson Avenue
Myrtle Beach SC, 29577
Phone: (843) 047-7001 ext. 2425
VA POC: Matthew Grady (843)301-4824
Delivery Location 2:
Charleston CBOC (new)
6450 Rivers Avenue
Charleston, SC 29406
VA POC Deena Matayabas
Phone: (843) 789-6695
Pick-up Locations:
Trident OPC
9237 University Blvd.
North Charleston SC 29406
VA POC Deena Matayabas
Phone: (843) 789-6695
and
Ralph H. Johnson VA Hospital
109 Bee St
Charleston, SC 29401
POC Brittney Hodge
Phone: (843) 577-5011 ext. 6431
3.0 PERFORMANCE REQUIREMENTS
3.1 Contractor will move a minimum of 250 boxes to Myrtle Beach CBOC and a minimum of 200 boxes to the North Charleston Annex.
3.2 VA staff assembles, loads, seals, and labels boxes. Labels will be placed on the top and one side of boxes with the destination room number.
3.3 Contractor will move the list of equipment items in Attachment A (Myrtle Beach) and Attachment B (North Charleston) in addition to boxes. All items will be delivered to the room number identified on the list. List of destination rooms will be finalized prior to pick-up.
3.4 Contractor will remove/disassemble items from the walls at the existing clinic, and assembled/installed on the wall at the new facilities where specified in Attachments A and B.
3.5 Contractor will provide appropriate protection (bubble wrap, blankets, etc.) for items being moved.
3.6 Any damage sustained to either building or to any equipment items will be at the expense of the Contractor.
3.7 Wall and floor protection for the elevators should be provided by the Contractor.
3.8 All necessary efforts should be taken to move items safely, securely and timely.
3.9 Contractor will provide the trucks, labor, dollies and equipment to accomplish the move in a timely and professional manner.
4.0 Contract shall collect and remove all packing material to include used bubble wrap, boxes, packing tape.
Contractor will provide the following items for the move:
Myrtle Beach
250 ea 1.5 COUNT boxes
Labels
Tape for boxes 48 rolls
North Charleston Annex
200ea 1.5 Count boxes
Labels
Tape for boxes 48 rolls
All final quantities are the responsibility of the Contractor based upon the VA ID Myrtle Beach CBOC Furniture Plans which is an attachment to this document.
Transportation will begin on Thursday and end on Monday.
4.0 PERIOD OF PERFORMANCE
The period of performance (POP) of the firm fixed task order is as follows:
Base Period; Myrtle Beach, CBOC- 08 April 21 to 09 April 21
Base Period: Charleston, CBOC 03 June 21 to 07 June 21
5.0 PLACE OF PERFORMANCE
Task under this contract shall be performed at contracted facility and the moving of
boxed office binders, hung removed items and rehanging delivered to the designated
VA facility located at:
Delivery Location 1:
Myrtle Beach Community Based Outpatient Clinic
1800 Airpark Drive
Myrtle Beach, SC 29577
POC: Matthew Grady (843)301-4824
Pick-up Locations:
Myrtle Beach OPC
3381 Phillis Blvd.
Myrtle Beach, SC 29577
Phone: (843) 047-7001 ext. 2425
VA POC: Matthew Grady (843)301-4824
and
Myrtle Beach Annex
The Offices at Market Commons
1101 Johnson Avenue
Myrtle Beach SC, 29577
Phone: (843) 047-7001 ext. 2425
VA POC: Matthew Grady (843)301-4824
Delivery Location 2:
Charleston CBOC (new)
6450 Rivers Avenue
Charleston, SC 29406
VA POC Deena Matayabas
Phone: (843) 789-6695
Pick-up Locations:
Trident OPC
9237 University Blvd.
North Charleston SC 29406
VA POC Deena Matayabas
Phone: (843) 789-6695
and
Ralph H. Johnson VA Hospital
109 Bee St
Charleston, SC 29401
POC Brittney Hodge
Phone: (843) 577-5011 ext. 6431
6.0 KICKOFF MEETING
The contractor shall participate in a kickoff meeting within ten (10) days of task order issuance, in person at the building sites. Time and date will be determined by VA Point of Contact.
7.0 TASK AND DELIVERABLES
The Contractor shall perform the Task contained herein. The Contractor shall provide all
labor resources necessary to accomplish the deliverables describe herein.
Design Contractor Tasks/Requirements
The contractor shall attend in-person meetings at the jobsites in Myrtle Beach, SC, and Charleston, SC to review the final award with VA Interior Designer and End Users and to make necessary revisions.
The contractor shall attend a post-delivery meeting to assess, address, and document any punch-list items and shall submit to the COR a remediation plan within 5 business days.
ATTACHMENTS:
1. Items to Move MB CBOC
2. REV 2 VA ID Myrtle Beach CBOC 1st Floor Furniture Plan
3. REV 2 VA ID Myrtle Beach CBOC 2nd Floor Furniture Plan
4. Equipment Items to Move to Chas Annex
5. Charleston CBOC 1st Floor Furniture Plan Final
6. Charleston CBOC 2nd Floor Furniture Plan Final
8.0 PROJECT MANAGEMENT
The Contractor shall appoint an Onsite Supervisor who will be the single point of contact
between the Contractor and the Government. The Onsite Supervisor shall be responsible for
ensuring that the task set forth in this document are moved on schedule and that they meet the
requirement on the PWS. Onsite Supervisor shall provide management briefings, as required.
The onsite supervisor or designee shall always be available when contract work is in
progress to receive notices, reports or request form the Contracting Officers Representative
(COR)
9.0 MANAGEMENT PLAN, SAFETY PLAN, AND COVID-19 BREAKOUT PLAN
The Contractor s General Management Plan, CBOC COVID-19 Safety Plan, and COVID19
CBOC Breakout safety Response, as presented in its proposal, will be incorporated as part of
the contract award and implemented upon award.
10.0 DRESS CODE
Contractor shall maintain a neat and professional appearance including good personal hygiene. Facial hair must be neat and trimmed and shall not impede safety attire application. All contractors are required to wear designated safety apparel per National and State guidance within the facility until otherwise directed. All contractors shall wear closed toed shoes and safety attire as required in performance of warehouse operations.
END of Performance of Work
Site Visit
CBOC Charleston and Myrtle Beach Move
A site visit is scheduled for 03/08/2021 at 10:00AM EDT. Myrtle Beach, SC
A site visit is scheduled for 3/10/2021 at 10:00 AM EDT. Charleston, SC
This will be the ONLY site visit for this requirement.
*Contact Contract Specialist Lesley Kitchen at
[email protected] if your company intends to show up for the site visit. Failure to communicate with CS prior to your arrival could result in your company not seeing the project site.
Please ensure RFQ# 36C24721Q0286 along with title is in email Subject line.
Locations for Myrtle Beach
Pick up Location #1
Myrtle Beach OPC
3381 Phillis Blvd.
Myrtle Beach, SC 29577
Pick up Location #2
Myrtle Beach Annex
The Offices at Market Commons
1101 Johnson Avenue
Myrtle Beach SC, 29577
Deliver Location: 1
Myrtle Beach Community Based Outpatient Clinic
1800 Airpark Drive
Locations for Charleston, SC
Pick up Location #1
Ralph H. Johnson VA Hospital
109 Bee St
Charleston, SC 29401
Pick up Location #2
Trident OPC
9237 University Blvd.
North Charleston SC 29406
Delivery Location 2:
Charleston CBOC (new)
6450 Rivers Avenue
Charleston, SC 29406
Meeting location: Ralph H Johnson VA Hospital for the Charleston move sites meet in the Lobby of the building on March 10th @ 10AM. Myrtle Beach OPC 3381 Phillis Blvd. site on March 8th @ 10AM Please note site visit dates for both Myrtle and Charleston. Addresses for sites listed above. Please wear mask on site.
GOV POC s for Myrtle Beach- Matthew Grady 843-301-4824
GOV POC s for Charleston-Brittney Hodge 843-577-5011 ext 6431
52.237-1 SITE VISIT (APR 1984)
Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
The contract period of performance is April 08, 2021-June 09, 2021
Place of Performance/Place of Delivery
1. Charleston Community Based Outpatient Clinic
6450 Rivers Avenue
Charleston, SC 29406
VA POC Deena Matayabas
Phone: (843) 789-6695
Line items 0001-0007 will be delivered to Charleston CBOC
2. Myrtle Beach Community Based Outpatient Clinic
1800 Airpark Drive
Myrtle Beach, SC 29577
POC: Matthew Grady (843)301-4824
Line items 0008-0015 will be delivered to Myrtle Beach CBOC
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (June 2020) The following clauses are incorporated into 52.212-1 as an addendum to this contract: 52.204-7;52.204-16; 52.216-1;52.233-2;52.252-1; VAAR 852.215-72
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2021)
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018)
The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.211-6; 852.212-70; 852.212-71; 852.232-72;852.233-70;852.233-71; 852.246-71; 852.247-73.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ( Jan 2021) The following clauses are incorporated into 52.212-5 as an addendum to this contract: 52.225-1; 52.232-33
All quoters shall submit the following: One copy of this solicitation document. Quoters shall reference RFQ No. 36C24721Q0286 in the subject line of the electronic responses.
All quotes shall be sent to the Contracting Office VISN 07, Contract Specialist Lesley Kitchen, email address
[email protected]
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement, (2) past performance, and (3) price.ÃÂ
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than March 15, 2021 at 3PM Eastern Time to
[email protected] for all quotes.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Lesley Kitchen, Contract Specialist
Network Contracting Office 7
Ralph H Johnson VA Medical Center
Department of Veterans Affairs
325 Folly Rd.
Charleston, SC 29412
Bid Protests Not Available