Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
DOCUMENT

J -- Buffalo Electrical Distribution System PM - Attachment

Notice Date
12/1/2017
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
36C24218Q0067
 
Response Due
1/4/2018
 
Archive Date
4/4/2018
 
Point of Contact
Spivack, Michael
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 5 COMBINED SYNOPSIS/SOLICITATION ANNUAL PREVENTATIVE MAINTENANCE AND REPAIR ON THE ELECTRICAL SYSTEM BUFFALO VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.50- Simplified Procedures for Certain 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 will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q0067. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a Service Disabled Veteran Owned Small Business (SDVOSB) set aside. The North American Industry Classification System (NAICS) code is 811310, Commercial and industrial machinery and equipment (except automotive and electronic) repair and maintenance, with a small business size standard of $7.5 Million. (v) The Contractor shall provide pricing to provide annual preventative maintenance and repair on the electrical system for a base and two option year periods. See table below for timeframe of option periods with reference the statement of work (SOW): ANNUAL TOTAL PRICING FOR ELECTRICAL POWER SERVICE AGREEMENT: Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 1.a BASE PERIOD: ANNUAL PREVENTATIVE MAINTENANCE IN ACCORDANCE WITH SECTION A.3.4 OF THE SOW FOR BUFFALO VAMC (01/20/2018 TO 12/31/2018). 1 JB 1.b BASE PERIOD: REPAIR SERVICES IN ACCORDANCE WITH SECTION A.3.5 OF THE SOW FOR BUFFALO VAMC (01/20/2018 TO 12/31/2018). 960 HR 2.a OPTION YEAR 1: ANNUAL PREVENTATIVE MAINTENANCE IN ACCORDANCE WITH SECTION A.3.4 OF THE SOW FOR BUFFALO VAMC (01/01/2019 TO 12/31/2019). 1 JB 2.b OPTION YEAR 1: REPAIR SERVICES IN ACCORDANCE WITH SECTION A.3.5 OF THE SOW FOR BUFFALO VAMC (01/01/2019 TO 12/31/2019). 960 HR 3.a OPTION YEAR 2: ANNUAL PREVENTATIVE MAINTENANCE IN ACCORDANCE WITH SECTION A.3.4 OF THE SOW FOR BUFFALO VAMC (01/01/2020 TO 12/31/2020). 1 JB 3.b OPTION YEAR 2: REPAIR SERVICES IN ACCORDANCE WITH SECTION A.3.5 OF THE SOW FOR BUFFALO VAMC (01/01/2020 TO 12/31/2020). 960 HR TOTAL PRICE (vi) Description of requirement (See attached Statement of Work (SOW) to include Wage determination information): The contractor shall provide all parts and labor identified in the SOW. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215-1129 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) (FEB 2015) 52.204-22 Alternative Line Item Proposal 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012) 52.216-1 Type of Contract (APR 1984) 52.233-2 Service of Protest (SEPT 2006) 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) Evaluation will be determined based on Best Value to the Government IAW FAR Subpart 13.106-1(a)(2). The government shall award this procurement to the vendor with the lowest priced quote that is technically acceptable and has acceptable, or neutral, past performance. Vendors with no past performance shall be rated as neutral. Please provide a maximum 5 page capability statement that indicates the vendor has the trained personnel, equipment, and track record of working experience in maintenance, inspection, and testing of Electrical Power Distribution Systems and their components in healthcare, industrial, educational, and commercial facilities. The Offeror shall provide documentation that employees certified by the InterNational Electrical Testing Association (NETA), or that possess equivalent credentials. As well as OSHA approved 10 hour construction safety training course and electrical safety training outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. The Offeror shall also provide a proposed schedule for the requirements of this purchase order. This schedule shall only be reviewed to determine that it is present and that it conforms to the format indicated in section A.3.1.1 D) of the Scope of Work. A comprehensive review of the schedule shall take place after award and work on this purchase order shall not commence before an initial draft has been accepted by the Contracting Officer. Past Performance: The Government shall request the contractor provide a list of contracts completed during the past three (3) years and all contracts and subcontracts currently in process for the maintenance, inspection, and testing of Electrical Power Distribution Systems and their components in healthcare, industrial, educational, and commercial facilities. Include the following information for each contract: a) Name and address of contracting activity b) Name and telephone number of contract person c) Dates of contract performance The Government reserves the right to make award without discussions. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 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) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-14 Limitations in Subcontracting (NOV 2011) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (xiii) The Service Contract Act of 1965 does apply to this procurement, and the applicable wage determination is attached to this combined synopsis/solicitation A site visit is scheduled for Thursday, December 14, 2017 at 9:30 am. Potential vendors for the site visit shall meet at the Starbucks in the main lobby of the Buffalo VA Medical Center, 3495 Bailey Ave, Buffalo, NY 14215. Please be sure to bring a hard hat, safety glasses and wear suitable work shoes (steel toe not required, but no open-toed or high heels). Please express intent to attend site visit by Wednesday, December 13, 2017 at 12:00 pm EST to Michael Spivack via email at Michael.Spivack@va.gov. All questions from site visit shall be submitted to Michael Spivack via email above. (xiv) N/A (xv) This is an open-market total service disabled veteran owned small business set-aside combined synopsis/solicitation,  the government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" The Quoter shall list exception(s) and rationale for the exception(s) Quotes are required to be received NO LATER THAN 4:00 PM EDT, Thursday, January 4, 2018. Quotes and supporting documentation must be emailed to Michael Spivack at Michael.Spivack@va.gov. (xvi) Direct your questions to Michael Spivack, Contracting Specialist, 585-297-1460 x 72458; Michael.Spivack@va.gov. List of Attachments: See attached document: P09 - Revised SOW. See attached document: P07 - WD 15-4147 date 01.03.17.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218Q0067/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q0067 36C24218Q0067.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3938499&FileName=36C24218Q0067-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3938499&FileName=36C24218Q0067-000.docx

 
File Name: 36C24218Q0067 P09 - Scope of Work.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3938500&FileName=36C24218Q0067-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3938500&FileName=36C24218Q0067-001.docx

 
File Name: 36C24218Q0067 WD erie.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3938501&FileName=36C24218Q0067-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3938501&FileName=36C24218Q0067-002.docx

 
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: Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Avenue;Buffalo NY
Zip Code: 14215
 
Record
SN04754925-W 20171203/171201231501-45081641855885dd2ed038307a1694e9 (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.