Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
DOCUMENT

H -- Amendment 2 to CWM FPS Solicitation - Attachment

Notice Date
11/29/2016
 
Notice Type
Attachment
 
NAICS
922160 — Fire Protection
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24117Q0010
 
Response Due
12/6/2016
 
Archive Date
2/4/2017
 
Point of Contact
Gina Petrino
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis Solicitation Northampton VAMC Fire Testing & Inspection (i) This 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. (ii) The solicitation number is VA241-17-Q-0010 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91. (iv) This requirement is being issued as an open market SDVOSB/VOSB set-aside. The associated NAICS code is 922160 Fire Protection and small business size standard is $7.5 Million. (v) The Government intends to award an IDIQ contract to perform all inspections, testing, repair, replacement, and maintenance as required to maintain adequate FPS ( Fire Protection System) functions located at the Northampton VAMC and Cherry Street locations IAW the National Fire Protection Association (NFPA) requirements and recommendations. For each option year there will be a 1,500 guaranteed minimum of devices to be tested and a 3,000 maximum ceiling of devices to be tested. Please see the attached Statement of Work for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Contractor shall provide all labor, parts, travel, tools and equipment to perform all inspections, testing, repair, replacement, and maintenance as required to maintain adequate systems functions pursuant to the SOW. Located at the Northampton VA & Cherry St locations. Minimum Devices Tested: 1,500 Maximum Devices Tested: 3,000 Contract Period: Base POP Begin: POP End: 1.00 YR __________________ __________________ 1001 Contractor shall provide all labor, parts, travel, tools and equipment to perform all inspections, testing, repair, replacement, and maintenance as required to maintain adequate systems functions pursuant to the SOW. Located at the Northampton VA & Cherry St locations. Minimum Devices Tested: 1,500 Maximum Devices Tested: 3,000 Contract Period: Option 1 POP Begin: POP End: 1.00 YR __________________ __________________ 2001 Contractor shall provide all labor, parts, travel, tools and equipment to perform all inspections, testing, repair, replacement, and maintenance as required to maintain adequate systems functions pursuant to the SOW. Located at the Northampton VA & Cherry St locations. Minimum Devices Tested: 1,500 Maximum Devices Tested: 3,000 Contract Period: Option 2 POP Begin: POP End: 1.00 YR __________________ __________________ 3001 Contractor shall provide all labor, parts, travel, tools and equipment to perform all inspections, testing, repair, replacement, and maintenance as required to maintain adequate systems functions pursuant to the SOW. Located at the Northampton VA & Cherry St locations. Minimum Devices Tested: 1,500 Maximum Devices Tested: 3,000 Contract Period: Option 3 POP Begin: POP End: 1.00 YR __________________ __________________ 4001 Contractor shall provide all labor, parts, travel, tools and equipment to perform all inspections, testing, repair, replacement, and maintenance as required to maintain adequate systems functions pursuant to the SOW. Located at the Northampton VA & Cherry St locations. Minimum Devices Tested: 1,500 Maximum Devices Tested: 3,000 Contract Period: Option 4 POP Begin: POP End: 1.00 YR __________________ __________________ 5001 Contractor shall provide all labor, parts, travel, tools and equipment to perform all inspections, testing, repair, replacement, and maintenance as required to maintain adequate systems functions pursuant to the SOW. This option shall include pricing for a final 6 month option period pursuant to the SOW. Located at Northampton VA & Cherry St locations. Minimum Devices Tested: 1,500 Maximum Devices Tested: 3,000 POP Begin: POP End: 1.00 YR _________________ _________________ GRAND TOTAL __________________ (vi) The Contractor shall provide all resources necessary to provide fire testing and inspection of the FPS System at the Northampton VAMC & Cherry Street locations and in accordance with the attached Statement of Work. Please see the attached SOW for full requirement details. (vii) The Place of Performance is the VA Central Western Massachusetts, 421 North Main Street, Leeds, MA 01053-9764 and 2 Cherry Street, Northampton, MA 01060. (viii) Provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) (FEB 2015); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012); 52.216-1Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.209-7 Information Regarding Responsibility Matters (JUL 2013), 52.233-2 Service of Protest (SEPT 2006); 852.215-70 Service-Disabled Veteran Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71 Alternate Protest Procedure (JAN 1998); 852.270-1 Representatives of Contracting Officers (JAN 2008). (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Gina.Petrino@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 11/23/2016 at 10:00 AM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission shall be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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:   Price (Follow these instructions): Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.   Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Act (SCA). Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information, brief description of the work completed, and contract # (if relevant).   Please utilize Attachment 1 Past Performance Worksheet for your references and submit as part of your quote submission. References will be verified by the Contracting Officer to ensure your company is capable of performing the Statement of Work.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner.   Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Statement of Work. Contractor shall provide a Quality Assurance Surveillance Plan (QASP). An example of a QASP is attached (Attachment 3 QASP) and can be utilized as a template. Contractor shall provide all current and relevant licenses and/or certifications for the State of Massachusetts. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. 4. Repair or Replacement of Any Fire Protection System (FPS) Equipment (stated in the SOW, page 2, 1st paragraph) This contract includes the option to purchase repair services/parts not covered under the final contract and to purchase and install the parts should they need to be replaced.   The pricing/quote for the services and/or the replacement installation shall be requested at the time of need, in accordance with the labor rates provided below and all work shall be preapproved by the COR and CO prior to commencement of work.   Please note, the amount of repairs and parts replacements are unknown at this time.   These services are not guaranteed and will fluctuate based on the need and severity of the situation. Based on the cost of the services and/or parts replacement, and prior to commencement of work, all additional work will be authorized via a Government Purchase Card transaction, a dually signed modification or via an additional separate order accompanied by an authorized obligation number. Repair Services Labor Rates: Emergency labor hourly rate for normal business hours $ Emergency labor hourly rate for after hours and Saturdays $ Emergency labor hourly rate for Sundays and Holidays - $ Parts Discount (if applicable): $ (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014), 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011), 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015), 52.216-18 Commercial and Government Entity Code Maintenance (JUL 2016), 52.216-19 Ordering Limitations (OCT 1995), 52.216-22 Indefinite Quantity (OCT 1995), 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance- Work on a Government Installation (JAN1997), 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 52.237-3 Continuity of Services (JAN 1991), 852.203-70 Commercial Advertising (JAN 2008), 852.203-71 Display of Department of Veteran Affairs Hotline Poster (DEC 1992), 852.211-70 Service Data Manuals (NOV 1984), 852.215-71 Evaluation Factor Commitments (DEC 2009), 001AL-11-15-B Subcontracting Commitments Monitoring and Compliance (JUNE 2011), 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 Contractor Responsibilities (APR 1984). Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-42, 52.222-43, 52.222-55, (Wage Determination Applicable (Central Western Massachusetts VAMC Hampshire County WD 05-2261 (Rev.-19) was first posted on www.wdol.gov on 01/05/2016. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 12/6/2016 at 10:00 AM EST. RFQ responses must be submitted via email to: Gina.Petrino@va.gov. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Gina Petrino (Gina.Petrino@va.gov) and can be reached at 774-826-3308.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24117Q0010/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0010 A00002 VA241-17-Q-0010 A00002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132431&FileName=VA241-17-Q-0010-A00002000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132431&FileName=VA241-17-Q-0010-A00002000.docx

 
File Name: VA241-17-Q-0010 A00002 P09- SOW Revised.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132432&FileName=VA241-17-Q-0010-A00002001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132432&FileName=VA241-17-Q-0010-A00002001.docx

 
File Name: VA241-17-Q-0010 A00002 S02 - Attachment 2 - Past Performance Worksheet.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132433&FileName=VA241-17-Q-0010-A00002002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132433&FileName=VA241-17-Q-0010-A00002002.xlsx

 
File Name: VA241-17-Q-0010 A00002 S02 -QASP - CWM FPS Testing and Inspection.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132434&FileName=VA241-17-Q-0010-A00002003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132434&FileName=VA241-17-Q-0010-A00002003.docx

 
File Name: VA241-17-Q-0010 A00002 S06 - Combined Synopsis-Amendment Q_A A00002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132435&FileName=VA241-17-Q-0010-A00002004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132435&FileName=VA241-17-Q-0010-A00002004.docx

 
File Name: VA241-17-Q-0010 A00002 S02 - Attachment A Price Schedule CWM FPS.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132436&FileName=VA241-17-Q-0010-A00002005.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132436&FileName=VA241-17-Q-0010-A00002005.xlsx

 
File Name: VA241-17-Q-0010 A00002 P07 - WD- Hampshire County - WD 05-2261.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132438&FileName=VA241-17-Q-0010-A00002006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132438&FileName=VA241-17-Q-0010-A00002006.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Northampton VAMC;421 North Main Street;Leeds, MA
Zip Code: 01053
 
Record
SN04337877-W 20161201/161129234033-8911f5234ecf85ee02d86b4d9ec7af58 (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.