Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

J -- MONTHLY MAINTENANCE OF FOUR BOWLING PINSETTERS

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;VA NW Health Network (VISN 20);Vancouver Square at the Mall, Suite 203;5115 NE 82nd AVE;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26010RQ1082
 
Response Due
9/13/2010
 
Archive Date
11/12/2010
 
Point of Contact
Darren G Campbell
 
E-Mail Address
cting
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-260-10-RQ-1082 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: August 10, 2010 (i) This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Southern Oregon Rehabilitation Center & Clinics (SORCC) White City, OR. anticipates entering into a procurement for monthly maintenance of four bowling pinsetters. (ii) The reference/solicitation number is VA-260-10-RQ-1082 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and (VAAR). (iv) The North American Industry Classification System (NAICS) code is 238290 (size standards is $14.0 million) and applies to this solicitation. (v) Contractor shall provide all labor, materials and services for monthly maintenance of four bowling pinsetters, ee #1664, 1665, 1666 & 1667 located at VA SORCC, Building 243, Bowling Alley, 8495 Crater Lake Hwy White City, OR 97503. Services to be completed by the 15th of each month. Specific Requirements include: "All labor, equipment and supplies in accordance with this contract, manufacturer's recommendation in order to maintain each in working condition at an average of 80% of the time (uptime). "Dispose of all defective parts per local jurisdiction requirements. "The contractor employee always checks in at B229 with FMS and obtains a badge with exception of off-shift emergencies the person shall check in with the SORCC Police in B202. "Repairs shall be made in a timely manner and customers shall be informed of the expected repair times. 95% of all reports submitted to the POC shall be completed same day as the service. Response and repairs shall be made within the specified time - 90% of all repairs are timely. Downtimes shall not exceed one business day. "Emergency repairs calls: contractor shall response to emergency repair calls within the same day after notification during normal business hours and within 4 hours after notification at times other than normal business hours. "Contractor shall furnish all lubricants, hydraulic fluids, cleaning supplies, and tools necessary to perform the required work included in this contract. All lubricants shall be as recommended by the manufacturer of the equipment. Report any oil/fluid usage on each maintenance report. Contractor to lubricate all points required and make all adjustments necessary to meet manufacturers requirements. Maintenance of all pinsetters will include but not be limited to the following: lube and check all machines including bearings, ball wheel guards, moving deck cable, and deck lift shaft/arms. Maintenance may also include the repair and replacement of worn belts, bearings, shafts, decks, lowering pins, and other parts as required to maintain the pinsetters in proper working condition. Cost must be included for these incidental replacement/repair items. Contractor shall be required to fill out a log sheet of time in/time out provided in B229. Service record documents shall be provided directly after each service to the Point of Contact (POC) immediately and shall include, but is not necessarily limited to: name of company, name of technician rendering the service, date, which pinsetter, services rendered (detailed description), any follow-up required. Contractor shall wear an identification badge at all times while on station. Badges shall be obtained in building 229 when signing in and will be returned at the end of the visit when signing out. The contractor is responsible for providing a fully qualified on-site contract manager. The contract manager shall be responsible for management and coordination of the contract and shall be the point of contact with all government representatives. The contractor shall notify the contracting officer in writing prior to contract start date the names of the Contract Manager and an alternate contract manager. The Contract Manager shall be available for the Government to reach. During normal business hours, (8:00am - 4:30pm) Monday through Friday, the contract manager shall respond within one business day from the time of notification. During non-business hours, (4:30pm - 8:00am) the Contract Manager shall respond within one business day. The contractor is not responsible to provide services on the following days but must provide frequent enough service prior to and after these holidays: New Years Day, Martin Luther King Day, President's Day, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas. The contractor is responsible for developing and maintaining a quality program to ensure that the services are performed in accordance with commonly accepted commercial practices. The contractor is responsible for developing and implementing procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor is responsible for submitting the quality control program to the Contracting Officer with their proposal. All work shall be performed per typical best management practices for this type of work and shall be per manufacturer's recommendation. CLINDESCRIPTIONPER MONTHANNUAL TOTAL Base YearMonthly Maintenance Option Year 1Monthly Maintenance Option Year 2Monthly Maintenance Option Year 3Monthly Maintenance Option Year 4Monthly Maintenance TOTALMonthly Maintenance It is anticipate that a firm fixed price contract with a base plus four (4) option year contract will be awarded. (vii) Delivery and acceptance of deliverables will be FOB destination. Period of performance is October 1, 2010 thru September 30, 2011 (base year). (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Addendum To 52.212-2 Evaluation - Commercial Items (JAN 1999) applies and any award(s) resulting from this solicitation will be made using the following method using cascade order of precedence: In accordance with FAR Subpart 19.14 and PL 109-461, award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business (SDVOSB) concern (see, FAR 52.219-1, "Small Business Program Representations" for small business size definition) who submits a responsive offer, provided that there is adequate competition among such firms. If there is inadequate competition for award to a SDVOSB concern, award will be made competitively to an eligible Veteran Owned Small Business (VOSB) concern. If there is inadequate competition for award to a VOSB concern, award will be made competitively to an 8a or HubZone small business concern. If there is inadequate competition for award to an 8a or HubZone concern, award will be made competitively to a small business concern IAW FAR 19.5.. If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all responsive offers submitted by responsible business concerns.. Adequate competition shall be deemed to exist if- "At least two competitive offers are received from qualified, responsible business concerns at the tier under consideration; and "Award will be made at fair market prices as determined in accordance with FAR 19.202-6. When there is inadequate competition at any tier, an otherwise competitive offer from a responsible business concern at that tier will be considered with the eligible offers for the next lower tier. For example, only one competitive offer is received from a SDVOSB business. That offer will be included with the offer(s) received from all VOSB businesses. If there is still inadequate competition, the offer from the SDVOSB business will then be included with SB offer(s) received; finally, if there is inadequate competition at the SB tier, the SDVOSB offer will be included with all responsive offers. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and past performance considered. Pricing will be firm fixed price for each line item identified. The offeror(s) with the lowest cost/price alone will not necessarily be awarded the contract. Basis for contract award: This is a competitive best value acquisition in which competing Offerors' past performance history will be evaluated on a basis significantly more important than cost or price considerations. By submission of its' offer, the offeror accedes to the terms and conditions of this solicitation, and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows: Step 1: Initially, offers shall be ranked according to price. An Offerors quoted prices will be determined by multiplying the quantities identified in Schedule of Items by the quoted unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. Technical factors are based on a pass/fail basis. Step 2: Using the no more than two references supplied by each interested contractor and the data independently obtained from other Government and commercial sources, the contracting officer shall seek performance information on the lowest priced proposal. The purpose of the past performance evaluation is to allow the Government to assess the Offerors ability to perform the effort described in this Request for Quote (RFQ), based on the Offerors demonstrated present and past performance. The assessment process will result in an overall risk rating of very good, satisfactory, neutral, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating "neutral," meaning the rating is treated neither favorably nor unfavorably. In evaluating past performance the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. Step 3: If the lowest priced evaluated technically acceptable offer is judged to have a very good performance risk rating, then that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of "satisfactory" or lower. In that event, the contracting officer shall make an integrated assessment best value award decision The Government will award a firm fixed price contract with a base plus four (4) option year contract resulting from this solicitation. The evaluation factors for award are technical capabilities, past performance and price with technical capabilities and past performance being evaluated as significantly more important than cost considerations. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-6 Notice of Total Small Business, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.222-41, Service Contract Act of 1965 (NOV 2007), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment. (xiii) FAR Clauses, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract apply. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Appointments to view the site conditions can be made by contacting Darren Campbell to schedule a site visit with the POC at the facility. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Monday September 13, 2010, by 1:00 pm. Pacific Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to darren.campbell2@va.gov. Quotes may be faxed to; 360-256-0936 or mailed to 5115 NE 82nd Ave, Suite 203 Vancouver, WA 98662. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to darren.campbell2@va.gov. Contracting Office Address: Department of Veterans Affairs VA NW Health Network-VISN 20 5115 NE 82nd Ave., Suite 203 Vancouver WA 98662 Point of Contact(s): Darren Campbell Contracting Officer ATTACHMENT: P07 Wage Determination.pdf 13 pages
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1a6d07a5ec6f73827ccd349de6b5a602)
 
Place of Performance
Address: VA SORCC;Building 243, Bowling Alley;8495 Crater Lake Hwy;White City, OR
Zip Code: 97503
 
Record
SN02239155-W 20100814/100813000116-1a6d07a5ec6f73827ccd349de6b5a602 (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.