Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
DOCUMENT

H -- Triennial Switchgear & 14 Motor Control Centers Inspection - Attachment

Notice Date
7/17/2014
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0720
 
Response Due
7/24/2014
 
Archive Date
9/22/2014
 
Point of Contact
LaShanda Harrington
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number VA249-14-Q-0720 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is Service-Disabled Veteran Owned Small Business (SDVOSB). The NAICS is 238210 and the small business size standard is $15 Million. To receive consideration as SDVOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Contract Type: The government anticipates awarding a Firm Fixed Price award. The bases of award will be lowest price quote. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements. Description of Services: The Lexington VA Medical Center is seeking triennial switchgear and 14 motor control centers inspection for the Leestown and Cooper Drive Division. The Offeror shall provide all management, supervision, labor, materials, supplies, repair parts, tools, instruments, and equipment, and travel expenses to provide the work and services specified in this solicitation. The Contractor shall plan, schedule, coordinate, and ensure effective and economical completion of all work and services specified in this solicitation. The majority of work will be accomplished at night and after the normal working hours. Normal working hours are 7:00 am to 4:30 pm, Monday thru Friday. It may be possible to schedule some non-disruptive work during normal working hours. This Preventive Maintains Inspection (PMI) is to be scheduled with a Project Engineer only. The PMI must be scheduled a minimum of 2 weeks in advance. (See attached SOW for complete details). CLIN 1: Triennial Switchgear Inspection - Lexington VAMC, Leestown Divisions, 2250 Leestown Road, Lexington, KY 40511 CLIN 2: Inspection, Testing & Maintenance 14 Motor Control Centers - Lexington VAMC, Cooper Drive Division, Lexington, KY 40502 Place of Performance (POP): (1). Lexington VAMC, Leestown Divisions, 2250 Leestown Road, Lexington, KY 40511 and (2) Lexington VAMC, Cooper Drive Division, Lexington, KY 40502. Period of Performance: 120 calendar days of Date of Award The following clauses and provisions apply to this solicitation: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.212-1, Instructions to Offerors--Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.222-3, Convict Labor 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest after Award 852.203-70, Commercial Advertising 852.232-72 Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: 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). 52.252-2, Clauses Incorporated by Reference: 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). Full text can be obtained at www.arnnet.gov. Submission of Quote: The Offeror shall submit their quote on company letterhead and shall include unit price, total, unit quantity, terms of any express warranty, unit price, overall total price, applicable shipping charges and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The 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 provide past performance evidence. This assessment is based on the offeror's record of relevant and recent past performance information that pertains to services outlined in the solicitation requirements. The offeror shall provide evidence that all workers (engineers, technicians and helpers) must have certification/documentation as evidence of their degree of training and skills in order to perform the requirements in the solicitation. Certification/documentation must be submitted at the time of offer. All quotes received without this documentation will not be considered. All questions should be emailed to lashanda.harrington@va.gov by July 21, 2014 at 10:00am CST. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Amendments to this Solicitation: Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on that website (www.fbo.gov). Quotes must be received by July 24, 2014 at 10:00am CST. Email your quote to lashanda.harrington@va.gov. The subject line must specify VA-249-14-Q-0720 - Triennial Switchgear & 14 Motor Control Centers Inspection. The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. There will be no automated email notification of amendments. To keep informed of changes: Check www.fedbizopps.gov frequently. Any firm that is not considered a SDVOSB under this NAICS code should not submit a response to this notice. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0720/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0720 VA249-14-Q-0720.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1504932&FileName=VA249-14-Q-0720-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1504932&FileName=VA249-14-Q-0720-000.docx

 
File Name: VA249-14-Q-0720 Statement of Work Triennial Switchgear Testing.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1504933&FileName=VA249-14-Q-0720-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1504933&FileName=VA249-14-Q-0720-001.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03429062-W 20140719/140717235723-b20c5fe3395beb589b9954e6b91a95e9 (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.