Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 30, 2017 FBO #5881
DOCUMENT

W -- Test and Calibrate Switchgear at the Syracuse VAMC & Rome Community Based Outpatient Clinic - Attachment

Notice Date
12/28/2017
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
36C24218Q0085
 
Response Due
1/18/2018
 
Archive Date
2/17/2018
 
Point of Contact
COBAS, JUAN
 
E-Mail Address
obas@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION MAINTENANCE/INSPECTION/TESTING OF ELECTRICAL POWER DISTRIBUTION EQUIPMENT AT THE SYRACUSE V.A.M.C AND ROME C.B.O.C. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 FAR 13.5 Simplified Procedures for Certain Commercial Items, 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q0085. (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 total Service Disadvantage Veteran-Owned Small Business set-aside. The North American Industry Classification System (NAICS) code is 238210 Electrical Contractors and Other Wiring Installation Contractors, with a small business size standard of $15.0 Million. (v) The Contractor shall provide pricing for the following Contract Line Items (CLINS): CLIN 0001- 3 Year Maintenance/Inspection/Testing on Electrical Equip at the Syracuse V.A.M.C Equipment/salient characteristics/procedures are defined on the Statement of Work Below. CLIN 0002 - 3 Year Maintenance/Inspection/Testing on Electrical Equip at the ROME C.B.O.C Equipment/salient characteristics/procedures are defined on the Statement of Work Below. (vi) SEE ATTACHED SOW (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24218Q0085. Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Terms of any express warranty Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-17 Ownership or Control of Offeror (July 2016) 52.204-20 Predecessor of Offeror (July 2016) 52.216-1 Type of Contract (April 1984) 52.233-2 Service of Protest (SEPT 2006) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.233-70 Protest Content (JAN 2008) 852.233-71 Alternate Protest (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Factor 1 - Technical Capabilities Provide a capability statement no longer than 10 pages indicating your ability to meet all the requirements of the Statement of Work. Provide a list of team members who will be working this project and include proof of their certification level (e.g. NICET, NETA, etc...) and describe their role in this project (e.g. supervision, laborer, assistant technician, IR Scanner, certified technician, etc...). As a minimum, contractor is expected to provide a supervisor, technicians and assistant technicians with certifications commensurate with their responsibilities on this project which shall include one or more technicians with at least level II or level III NETA and/or equivalent certifications. Provide documentation of at least two years of demonstrable industry experience for all team members listed as level II technicians and at least five years of demonstrable industry experience for all team members listed as technician level III or higher involved in servicing, testing and calibrating any/all VA equipment specifically listed on this solicitation. Factor 2 Past Performance Each offeror will be evaluated on his/her performance under existing and prior contracts for same services. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. CPARS records will be reviewed. Offerors shall provide three references for contracts of similar scope and magnitude to be evaluated. Contractors without past performance will receive a neutral rating. The contractor s past performance will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in PPIRS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Factor 3 Price This factor indicates what each offeror s proposal will cost the Government, if selected. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply 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: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 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) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 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. 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 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) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-54, Employment Eligibility Verification (Oct 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; the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an open-market total Service Disadvantage Veteran-Owned Small Business set-aside combined synopsis/solicitation for Maintenance, Inspection, and Testing of the Electrical Power Distribution System at the Syracuse VA Medical Center & the Rome Community Based Outpatient Clinic.    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). Submission shall be received not later than 2:00 PM EST, Thursday January 18, 2018. The government shall only accept electronic submissions via email, please send all quotations to Juan.Cobas@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Thursday, January, 11, 2018 @ 2:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Juan Cobas, Contract Specialist, 585-393-7731; Juan.Cobas@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/36C24218Q0085/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q0085 36C24218Q0085.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989886&FileName=36C24218Q0085-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989886&FileName=36C24218Q0085-000.docx

 
File Name: 36C24218Q0085 P09 STATEMENT OF WORK COMBINED.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989887&FileName=36C24218Q0085-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989887&FileName=36C24218Q0085-001.docx

 
File Name: 36C24218Q0085 P07 WAGE DETERMINATION ONONDAGA COUNTY.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989888&FileName=36C24218Q0085-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989888&FileName=36C24218Q0085-002.pdf

 
File Name: 36C24218Q0085 P07 WAGE DETERMINATION ONEIDA COUNTY.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989889&FileName=36C24218Q0085-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989889&FileName=36C24218Q0085-003.pdf

 
File Name: 36C24218Q0085 Arc Flash Update Rome.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989890&FileName=36C24218Q0085-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989890&FileName=36C24218Q0085-004.pdf

 
File Name: 36C24218Q0085 One-Line diagram Rome CBOC.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989891&FileName=36C24218Q0085-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989891&FileName=36C24218Q0085-005.pdf

 
File Name: 36C24218Q0085 VA DIRECTIVE 1028.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989892&FileName=36C24218Q0085-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3989892&FileName=36C24218Q0085-006.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: SYRACUSE VA MEDICAL CENTER;800 IRVING AVE;SYRACUSE,NY
Zip Code: 13210
 
Record
SN04777507-W 20171230/171228230857-237232a2a5ffc46d98b4af18aae4a0b4 (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.