Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
DOCUMENT

N -- Outfit 6 Police Vehicles & Decommission 2 Police Vehicles - Attachment

Notice Date
5/15/2018
 
Notice Type
Attachment
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
36C26118Q0509
 
Response Due
5/25/2018
 
Archive Date
6/24/2018
 
Point of Contact
Larry Facio
 
Small Business Set-Aside
N/A
 
Description
36C26118Q0509 Page 1 of Page 10 of 10 Page 1 of (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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C26118Q0509 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 (effective Nov 6, 2017). (iv) This acquisition is Small Business Set-Aside. The NAICS code is 811198 and the size standard is $7.5 million. (v) The contract line item is listed in the attached price schedule of the solicitation package. Services are required for a period of performance for each item listed in the Cost/Price Schedule; when providing a quote please provide a fixed rate for these line items. (vi) The contractor shall acquire listed equipment per each vehicle, installation of listed equipment or de-commissioning, and deliver each vehicle to the VA Palo Alto Health Care System, in accordance with the attached Statement of Work and Attachment #1, Attachment #2, and Attachment #3. (vii) The contract will be for the period of performance is listed in the Price Schedule and the Statement of Work. (viii) The provision Addendum 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. (ix) The provision 52.212-2, Evaluation Commercial Items, applies to this acquisition. Technical, Past Performance and Price will be evaluation factors. (x) 52.212-3 Offeror Representations and Certifications Commercial items applies to this acquisition. (xi) The clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. (xiii) All additional contract clauses and provisions are attached to this notice. (xiv) The Defense Priorities and Allocations System (DPAS) do not apply to this acquisition. (xv) Quotes are due by 4:00 PM (Pacific Time) on May 25, 2018 and can be emailed to larry.facio@va.gov (xvi) The point of contract is Larry Facio. Phone (916) 923-4553. Email larry.facio@va.gov SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C261 MICHAEL HODAHKWEN Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California HealthCare System 5342 Dudley Blvd, Bldg 209 McClellan CA 95652-2609 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X] WHEN INVOICED 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs FMS VA-9(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 VEHICLE #1 FORD Taurus Interceptor VIN Number #1FAHP2L81HG143351 Plate Number #G110241U. Acquisition of Equipment Per Attachment #1 Requirement's List, and Installation of Equipment Per Attachment #2 Equipment List 1.00 EA __________________ __________________ 0002 VEHICLE #2 FORD Taurus Interceptor VIN Number #1FAHP2L85HG143353, Plate Number #G110242U. Acquisition of Equipment Per Attachment #1 Requirement's List, and Installation of Equipment Per Attachment #2 Equipment List 1.00 EA __________________ __________________ 0003 VEHICLE #3 FORD Taurus Interceptor VIN Number #1FAHP2L83H6143352, Plate Number #G110243U. Acquisition of Equipment Per Attachment #1 Requirement's List, and Installation of Equipment Per Attachment #2 Equipment List. 1.00 EA __________________ __________________ 0004 VEHICLE #4 Ford Explorer SUV: Plate Number #G622610U; Vin Number #1FM5K8AR1HGE13930 (VA2):Plate Number #G621985U; Vin Number #1FM5K8AR0HGD25211 (VA3):Plate Number #G622609U; Vin Number #1FM5K8ARXHGD72214 1.00 EA __________________ __________________ 0005 VEHICLE #1 FORD EXPLORER SUV: Plate Number #G622610U; Vin Number #1FM5K8AR1HGE13930 (VA2):Plate Number #G621985U; Vin Number #1FM5K8AR0HGD25211 (VA3):Plate Number #G622609U; Vin Number #1FM5K8ARXHGD72214 1.00 EA __________________ __________________ 0006 VEHICLE #1 FORD EXPLORER SUV: Plate Number #G622610U; Vin Number #1FM5K8AR1HGE13930 (VA2):Plate Number #G621985U; Vin Number #1FM5K8AR0HGD25211 (VA3):Plate Number #G622609U; Vin Number #1FM5K8ARXHGD72214 1.00 EA __________________ __________________ 0007 Strip out for turn in Dodge Charger #G111617L; Vin Number #2C3CDXAGXCH295523 1.00 EA __________________ __________________ 0008 Strip out for turn in Dodge Charger #G111599L; Vin Number #2C3CDXAG8CH295522 1.00 EA __________________ __________________ 0009 Transportation of Vehicles (To and From Palo Alto Location). 0.00 __________________ __________________ GRAND TOTAL __________________ Statement of Work Police Vehicle Outfitting VA Palo Alto Health Care System Section 1: General Information 1.1 General: This is a non-personal services contract to outfit six vehicles by supplying and installing emergency equipment and the decommissioning of two vehicles for the VA Palo Alto Health Care System (VAPAHCS). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. 1.2 Period of Performance: June 15, 2018 to October 15, 2018 1.3 Place of Performance: Vehicles are located at: VA Palo Alto Health Care System 3801 Miranda Ave Palo Alto, CA 94304 1.4 Type of Contract: The government will award a Firm Fixed-Price contract. 1.5 Hours of Operation: If installation and services are to take place at VAPAHCS, normal work hours will be 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal Holidays. 1.6 Invoicing: All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. More information on the VA Financial Services Center is available at http://www.fsc.va.gov/einvoice.asp. Vendor e-Invoice Set-Up Information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or Tungsten, please contact the FSC at the phone number or email address listed below: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Section 2: Definitions & Acronyms 2.1 Definitions: Contractor. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. Free On Board (F.O.B.). Term used in conjunction with a physical point to determine- (1) The responsibility and basis for payment of freight charges; and (2) Unless otherwise agreed, the point where title for goods passes to the buyer or consignee. Loss of Government Property. The unintended, unforeseen or accidental loss, damage or destruction to Government property that reduces the Government s expected economic benefits of the property. Loss of Government property does not include purposeful destructive testing, obsolescence, normal wear and tear or manufacturing defects. Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. Work Day. The number of hours per day the Contractor provides services in accordance with the contract. Work Week. Monday through Friday, unless specified otherwise. Section 3: Government Furnished Property, Equipment, or Services Automobiles to be transported to and from VA Palo Alto HCS location. Section 4: Contractor Furnished Items and Services The Contractor shall provide all equipment, supplies, management, supervision, personnel, and labor to ensure that all supplies and services are in accordance with the contract. The contractor shall ensure all work meets performance standards specified in this Statement of Work (SOW) and equipment manufacturers documents. Transportation of vehicles to and from VAPAHCS location will be the total responsibility of the contractor. When installation is complete contractor shall transport vehicle(s) to VAPAHCS location. Contractor assumes responsibility and liability for any damage or loss of vehicles during to and from transit. Contactor will not be relieved of liability until VAPAHCS delegated official assumes receipt and acceptance of vehicle(s). Transportation cost will be reflected in contractor s quote, CLIN #0009. Section 5: Specific Tasks General Tasks A.1 Contractor shall supply equipment as detailed in Attachment #1 Requirements List. Contractor shall install specified equipment on three Ford Taurus Interceptor Police Vehicles, and three Ford Explorer SUV Police Vehicles per Attachment #2 Equipment List. Contractor shall provide labor to de-commission two Dodge Charger vehicles as depicted in Attachment #3 Decommission Vehicles. Vehicles to be Outfitted Vehicle #1: Ford Taurus Interceptor Vin # 1FAHP2L81HG143351 License Plate # G110241U Vehicle #2: Ford Taurus Interceptor Vin # 1FAHP2L85HG143353 License Plate # G110242U Vehicle #3: Ford Taurus Interceptor Vin # 1FAHP2L83HG143352 License Plate # G110243U Vehicle #4: Ford Explorer SUV Vin # 1FM5K8AR1HGE13930 License Plate # G622610U Vehicle #5: Ford Explorer SUV Vin # 1FM5K8AROHGD25211 License Plate # G621985U Vehicle #6: Ford Explorer SUV Vin # 1FM5K8ARXHGD72214 License Plate # G622609U Vehicles to be De-Commissioned Vehicle #7: Dodge Charger Vin # 2C3CDXAGXCH295522 License Plate # G11-1599L Vehicle #8: Dodge Charger Vin # 2C3CDXAGXCH295523 License Plate # G11-1617L 5.1 For Ford Taurus Interceptor vehicles, per Attachment #2 Equipment List, contractor will supply and install all 33 line items if locally serviced, and all 34 line items if vehicle is transported to off-site work facility. 5.3 For Ford Explorer SUV Vehicles, per Attachment #2 Equipment List, contractor will supply and install all 46 line items. If work is to be performed off-site or transported, delivery of vehicles will be based on logistical agreement between the contractor and government. Contractor shall describe this process within their RFQ quote. 5.4 Acceptance of Vehicle. Attachment #2 Equipment List provides three columns; Visual, Operational, and Deployed. Visual Inspection is the first stage of inspection. A visual inspection of the installed line item occurs by delegated VA staff ensuring equipment is installed in the appropriate location with no noticeable imperfections such as peeling decals or tint, exposed wiring, or unsuitable hardware present. Equipment must be installed per the manufacturer s specifications to ensure sturdiness and the ability to withstand the stresses and intensities of high performance driving and unpredictable vehicle maneuvers. Operational Inspection is the inspection of the installed line item number for operational testing purposes. Passing operational inspection consists of ensuring equipment operates as intended and per manufacturer s specifications. Equipment will be tested simultaneously with other equipment and devices to ensure full interface compatibility and functionality. Deployed Inspection is usage of the equipment during a simulated deployed scenario. Installed equipment should maintain positioning without movement during high performance driving or high stress maneuvers. Installed equipment shall maintain full operability and capability throughout this testing. Failure in any of the categories requires contractor to re-work or replace equipment until equipment meets full Operational Capability during Deployed Inspection. 5.5 Decommissioning of Vehicles. Contractor shall service Dodge Charger vehicles by stripping the vehicles of all emergency devices and equipment. 5.5.1 Stripped of all decals depicting law enforcement and emergency response related emblems. 5.5.2 Vehicles will be cleared and clean of any residue or installation items previously used for installed devices and equipment. 5.5.3 Vehicles shall be in a visually clean and acceptable appearance as accepted by authorized VA staff members. 5.5.4 Attachment #3 Vehicle Decommission List will be used as a checklist with two columns related to equipment; Visual Inspection, Operability Confirmation. Visual Inspection is the assessment that the appropriate equipment has been removed from the vehicle and no parts or attachments are visible. This includes the complete removal of the any associated wiring, harness, or brackets. For decals and emblems, any residue shall be fully removed. Operational Inspection will take place to ensure any power or related accessories are not affected by the removal of the equipment. Scheduling 5.6.1 The contractor, COR, or delegated VA staff member will coordinate vehicle servicing to meet period of performance timeline. If any deviations occur the COR and contractor shall formulate a timeline to meet the deliverables and request contract modification with Contracting Officer. 5.6.2 The installation and services will be scheduled by the following authorized individuals: Police Captain Police Lt. 5.7 Vehicle Delivery When delivered, each vehicle will adhere to the following: 5.7.1. Vehicle Inspection by VA fleet management. Visual inspection of installation, proper placement, and stability of equipment. 5.7.2. Equipment Operability each device will be tested for full functionality and operability. 5.7.3. Driver Operational Testing vehicle will be driven and operated to determine status of equipment when deployed in an emergency capacity. 5.7.4. Visual and Operational inspection for De-commissioned vehicles per Attachment #3 Vehicle Decommission. 5.7.5. Documentation A, B, and C, results will be documented for final acceptance or rejection (see Attachment #2 Equipment List). 5.8 Additional Work Needed Rejected 5.8.1. If a rejection or discrepancy is noted in any of the Equipment Checklist Visual, Operational, or Deployed categories, contractor will provide replacement, repair, or re-work without charge to the government. 5.9 Delays 5.9.1. In any instance where the contractor has knowledge that any actual or potential situation may delay or threaten to delay the timely performance of this contract, the contractor shall immediately notify the COR and the CO. 5.9.2. This notice shall include all relevant information and corrective actions that are being taken. The Government reserves the right to hold the contractor fully accountable for problems incurred as a result of such delays, including denial of delivery time extensions, if such notification is not provided. 5.10 Security Badging applicable if contractor is to perform work at VAPAHCS. 5.10.1. Prior to reporting to work, the contracted employee will need to contact the designated COR or designated VA Team Leader, who will take him/her to the on-site Police Dispatch located in Building 100 at the Palo Alto main campus. 5.10.2. A Police Staff will issue a temporary ID badge to the contracted employee, who in turn, will properly display the badge while working at VAPAHCS. 5.10.2. Upon completion of the assignment, the employee will return the badge to Police Dispatch. 5.11 Parking 5.11.1. Parking is allowed only in those areas not designated for patient use. All traffic laws and parking rules on the grounds are strictly enforced. Failure to follow these laws and regulations may result in a citation being issued that will have to be resolved through the Federal Court system. 5.12 Misconduct or Security Concerns 5.12.1. The Government may, at its sole discretion, direct the contractor to remove their employee from the Medical Center for misconduct or for security reasons. 5.12.2. Removal does not relieve the Contractor the responsibility to continue providing the services required under this contract. 5.12.2. The Contracting Officer (CO) will provide the contractor with a written explanation to support any request to remove an employee. 5.13 Security Requirements The Contractor will be responsible for ensuring compliance by its employees with the security regulations of Veteran s Affairs where work is performed under this Contract. Section 6: Attachments Attachment #1 Requirements List Attachment #2 Equipment List Attachment #3 Decommission List Attachment #4 Wage Determination - Santa Clara (Primary Location)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q0509/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q0509 36C26118Q0509_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305378&FileName=36C26118Q0509-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305378&FileName=36C26118Q0509-004.docx

 
File Name: 36C26118Q0509 Attach # 1 Requirements List.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305379&FileName=36C26118Q0509-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305379&FileName=36C26118Q0509-005.pdf

 
File Name: 36C26118Q0509 Attach # 2 Equipment List.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305380&FileName=36C26118Q0509-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305380&FileName=36C26118Q0509-006.pdf

 
File Name: 36C26118Q0509 Attach # 3 Vehicle Decommision List.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305381&FileName=36C26118Q0509-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305381&FileName=36C26118Q0509-007.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04923008-W 20180517/180515230711-34db4a20d00d25f1f3358e18d1adc3f9 (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.