Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

J -- PM & Repair Automatic Doors

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;James A. Haley Veterans Hospital (90C);13000 Bruce B. Downs Blvd;Tampa FL 33612
 
ZIP Code
33612
 
Solicitation Number
VA24810RQ0570
 
Response Due
8/6/2010
 
Archive Date
9/5/2010
 
Point of Contact
Trina Berry
 
E-Mail Address
Purchasing Agent
(trina.berry@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 under FAR Part 13 Simplified Acquisition Procedures and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for VA-248-10-RQ-0570, issued as a Request for Quotes (RFQ), quotes are being requested and a written solicitation will not be issued. This notice and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-44. This requirement is restricted to 100% Service Disabled Veteran Own Small Business. The North American Industry Classification Systems (NAICS) code is 423610, and size standard is 100 Employees. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE AND TELEPHONE REQUESTS FOR COPIES WILL NOT BE HONORED. DESCRIPTION/SPECIFICAT1ONS/WORK STATEMENT Preventive Maintenance and Repair Automatic Doors GENERAL: The James A. Haley Veterans' Hospital (JAHVH), 13000 Bruce B. Downs Blvd, Tampa FL has a requirement to provide Preventative Maintenance (PM) and Repair for Automatic Doors located throughout the hospital. Contract will be for a base and four option years estimated to begin September 1, 2010. SCOPE: The contractor shall furnish all labor, transportation, parts, materials and tools necessary to provide Preventative Maintenance (PM) and Repair for 207 identified Automatic Doors located at the JAHVH, 13000 Bruce B. Downs Blvd., Tampa, Florida in accordance with the paragraphs below. QUALIFICATIONS OF EQUIPMENT SERVICING PERSONNEL 1.Contractor shall have an established business, with an office and full time staff to include a "fully qualified" Field Service Engineer (FSE) and a "fully qualified" FSE who will serve as backup. 2."Fully qualified" is based upon training and experience in the field. For training, the FSE(s) has successfully completed a formalized training program of the equipment listed below. For field experience, the FSE(s) has a minimum of two years experience with respect to scheduled and unscheduled preventive and remedial maintenance of Automatic Doors listed on Amendment. 3.The FSE(s) shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSE(s). The contractor shall provide written assurance to the competency of their personnel. The Contracting Officer (CO) may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any JAHVH equipment. The CO and/or Contracting Officer's Technical Representative (COTR) specifically reserves the right to reject contractor's personnel and refuse them permission to work on the JAHVH equipment. 4.If subcontractors are used, they shall be approved in advance by the CO. The contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. SERVICES TO BE PROVIDED 1.ON-CALL REPAIR/PREVENTATIVE MAINTENANCE SCOPE. The contractor shall furnish all supervision, labor, parking fees, equipment, parts, materials, and supplies necessary to repair and maintain existing Automatic Doors at the James A. Haley Veterans' Hospital, 13000 Bruce B. Downs Blvd., Tampa Florida as described in the following paragraphs. GENERAL REQUIREMENTS. 1.Contractor shall provide full maintenance of automatic doors which includes inspections, semiannual Preventive Maintenance (PM) service, and repairs 2.Contractor shall provide emergency on-call service SEMI-ANNUAL PM INSPECTIONS. Preventative maintenance inspections for all doors shall be performed semi annually (December and July). During inspection, the contractor shall clean, adjust, and lubricate the equipment in accordance to manufacturer's specifications, determine the nature and extent of any defect and the requirements necessary to satisfactorily restore the doors to their normal operating condition. A minimum of one half hour per door per inspection is required. SCHEDULING AND CONFIRMATION OF PM INSPECTIONS. Service visits must be coordinated in advance with the Contracting Officer's Technical Representative (COTR). The COTR for this contract is Charles Hunt, (813) 613-5790. The contractor must provide the COTR a schedule of the days this service is to be performed, for his approval. All completed services must be confirmed and approved by the COTR during regular hospital working hours, 8:00 A.M. - 5:00 P.M., Monday through Friday excluding Federal Holidays. The preventive maintenance inspection may be combined with a service call only when advance notice has been given. The contractor must notify the COTR when checking in that he/she intends to combine calls if a preventive maintenance inspection is combined with a service call. PERFORMANCE OF SEMI-ANNUAL PM SERVICE. PM Inspection Service shall be performed in accordance with the manufacture's recommendations for all automatic door systems. (listing will post separately). The exterior of the machinery and any other parts of the equipment, subject to rust, shall be kept properly painted and presentable at all times and motor windings shall be kept free of rust. All materials furnished including lubricants, hydraulic fluid, and cleaning supplies shall be as recommended by the equipment manufacturer. All parts furnished and installed shall be of the original manufacturer's design and specification or approved equal. EMERGENCY ON-CALL REPAIR SERVICE. Contractor shall provide on-call repair service during normal working hours for malfunctions not successfully preempted by PM Service and other times when conditions warrant. Service shall be provided within five (5) hours in response to requests by telephone or otherwise from the Contracting Officer, COTR, or their designee. DOCUMENTATION OF SERVICES PERFORMED. At the conclusion of the annual PM inspection, the contractor shall submit a written report to the COTR listing the elements of the inspection performed, findings, and recommendations (if any). COMPLIANCE. The Contractor shall be fully responsible for compliance with all Veterans Administration (VA), local, state, and Federal environmental/occupational safety laws, rules and regulations. The Contractor shall follow life and safety codes, and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The Contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working processes. All work for the duration of the contract shall be performed by certified technicians fully trained and experienced to work in the field of automatic door installation and repair. WORKING HOURS. Work shall be performed on weekdays, excluding Federal holidays, during the hospital's regular weekday working hours of 8:00 a.m. - 5:00 p.m. Federal holidays observed may be exchanged for contractor observed day, only on a one-for-one basis, requested by the contractor and subject to approval by the Contracting Officer. ACCESSABILITY AND SECURITY. Contractor shall keep in mind and, to the extent applicable, follow practices that ensure the security and safety of JAH Veterans Hospital facilities, equipment and personnel. To this end, accessibility to all work areas will be provided by the COTR. No keys will be issued to Contractor employees. CONTRACTOR EMPLOYEES. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. ESCORT AND JAMES A. HALEY SECURITY POLICE CHECK-IN. Contractor personnel shall check in and out with VA Police dispatch located in the front entrance of the Main Hospital. Access to work areas and performance monitoring will be provided by the COTR. PARKING. It is the responsibility of contractor personnel to park only in designated parking areas. Parking information is available from the VA police and COTR. The VA will not invalidate or provide reimbursement for parking violations of the contractor's personnel under any circumstances. SMOKING. Smoking is not permitted within or around VA Healthcare System facilities, except within designated areas. LANGUAGE. Contractor personnel are expected to use appropriate and courteous language. Obscene language is not permitted. NOISE AND DISRUPTION. The contractor is required to continuously consider the impact to the medical center in completing the required work. Any operation causing excessive noise or vibration shall be coordinated in advance with the COTR. Also, movement of equipment, supplies, and waste through occupied areas, corridors, and elevators must be planned and scheduled with the COTR to minimize disruption to hospital operations. CELLULAR PHONES. Cellular phones are acceptable inside the building, except for posted critical care areas. SPECIAL INSTRUCTIONS Inspection of Equipment: Any site visit shall be coordinated in advance with the COTR, Mr. Charles Hunt, (813) 613-5790 or alternate, Johnny B. Jones, (813) 972-2000 ext 5463. LIST OF AUTOMATED DOOR LISTING LOCATED IN JAHVA HOSPITAL Automatic Door Listing will be posted by Amendment. INVOICING - Submitted monthly in the arrears to the VA Payment Center Austin TX. Commercial items FAR provisions and clauses 52.212-1 Instructions to Offerors-Commercial Items, Addendum: 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative protest 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions and Addendum: 52.217-8 Option to Extend Services (15 days); 52.217-9 Option to Extend the Term of the Contract (15) (60) and (4) respectively; 52.224-1 and 52.224-2 Privacy Act; 52.232-18 Availability of Funds; 852.270-1 Representatives of Contracting Officers; 852.70-4 Commercial Advertising Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, including clauses incorporated by reference under Section b, (1),(10),(17-19) (21-22),(24) (26), (31) (34) and (40) apply to this solicitation. 52.252-2 Clauses incorporated by Reference (Feb 1998) Commercial Items, apply to this solicitation, and may be found at http://acquisition.gov/comp/far/ Note: Far 52.212-1 and Far 52.212-4 are incorporated into this announcement by reference. Offerors must be registered in Central Contractor Registration (CCR) data base located at http://www.ccr.gov. Offerors must submit with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or have completed them at https://orca.bpn.gov/. ****RFQ ELECTRONIC SUBMISSIONS: ALL interested parties may submit a quote which will be considered by this agency. All interested parties must provide three submissions by the RFQ due date: Technical Document(s), Past Performance Form, and Price Quote Worksheet in response to this RFQ solicitation. Interested Parties must request these documents by email to trina.berry@va.gov and who fail to complete and submit the requirements below may be considered non-responsive. LATE SUBMISSIONS WILL NOT BE ACCEPTED. RFQ Reference # VA-248-10-RQ-0570 ****TECHNICAL: Submit capabilities according to evaluation criteria listed below. ****PAST PERFORMANCE: Interested parties shall request Government's Past Performance Form and submit no more than three Past Performance references. Information provided must demonstrate both recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in the SOW. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the required effort. All Past Performance information shall be submitted using the Government's Past Performance Form to trina.berry@va.gov ****PRICE QUOTES: Interested Parties shall request worksheet and submit pricing to trina.berry@va.gov, (813-903-2428). CLINS 0001 through 0207 are applicable to this RFQ. ****QUOTE EVALUATION and CONTRACT AWARD: The Government will award a contract resulting from this solicitation to the responsible party whose quote conforming to this RFQ solicitation will be most advantageous to the Government, price and other non-price factors considered. The following shall be used to evaluate quotes: In accordance with FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability Past Performance Price Technical and past performance when combined is approximately equal to price The Government is more concerned with obtaining technical capability and past performance, than in making an award to the firm with the lowest overall price to the Government. The Government intends to make a single award for the entire requirement as written in the SOW. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Specific Instructions Regarding Technical Proposal Preparation: a.To provide a basis for sound evaluation by the government, the offeror must submit a complete technical proposal. The information provided shall be concise, factual, and complete. Proposals will be considered only from offerors that are regularly established in the business and in the judgment of the government are deemed financially responsible and able to show evidence of experience. b.The technical proposal submitted in response to this solicitation must include: 1. Technical Capability/Qualifications - "Company Background "Certification of Small Business "Copy of all current licenses/certifications "Evidence of Insurance Liability "Evidence that your company has the specialized equipment and personnel required for this type of services 2. Past Performance "Examples of similar works performed "No more than three work related references with email addresses, telephone numbers and address to verify them. "Letters of recommendations 3.Price - Request Schedule of Services from trina.berry@va.gov ****TYPE of CONTRACT: Firm Fixed Price ****PERIOD of PERFORMANCE: One year from contract start with 4 option years ****PLACE of PERFORMANCE: James A. Haley VA Hospital, Tampa FL ****DELIVERY AND ACCEPTANCE: FOB Destination ****Estimated Start Date: September 1, 2010 ****RFQ QUESTIONS: All inquiries must be via email, and all questions and responses will be posted to the FEDBIZOPS website as an amendment to this original announcement. Questions concerning this solicitation MUST be submitted via email no later than August 17, 2010, 9:00 am Eastern Standard Time (EST). ****RFQ DUE DATE: Responses to this RFQ, technical, past performance and price, shall be via electronic submission to trina.berry@va.gov on or before August 23, 2010 at 5:00 pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24810RQ0570/listing.html)
 
Place of Performance
Address: James A. Haley Veterans Hospital;13000 bruce B. Downs Blvd;Tampa FL
Zip Code: 33612
 
Record
SN02231942-W 20100808/100806235357-0ba6742d1fc6ce59828cfde87e104a10 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.