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, 2018 FBO #6082
DOCUMENT

J -- UPS Maintenance 334. - Attachment

Notice Date
7/17/2018
 
Notice Type
Attachment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E18Q9406
 
Response Due
8/17/2018
 
Archive Date
11/15/2018
 
Point of Contact
Rebecca S. Quilhot
 
E-Mail Address
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION 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. The government anticipates award of a single firm fixed price contract. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established with the supplier accepts the offer. Solicitation 36C10E18Q9406 is issued as a request for quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99, effective June 15, 2018. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive, and will not be considered for award. The applicable NAIC Code for this solicitation is 811212 and the Small Business Size Limitation is $27.5 Million The contractor shall provide all equipment, services, materials, tools, labor, facilities, transportation and supervision in order to provide maintenance services to the Uninterrupted Power Supply (UPS) located at the Lincoln VA Regional Office, 3800 Village Drive, Lincoln, NE 68516 ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 0001 1001 2001 3001 4001 Base Period: 09/01/2018 - 08/31/2019 Option Period 1: 09/01/2019 - 08/31/2020 Option Period 2: 09/01/2020 08/31/2021 Option Period 3: 09/01/2021 08/31/2022 Option Period 4: 09/01/2022 08/31/2023 4 4 4 4 4 QTR QTR QTR QTR QTR $___________ $___________ $___________ $___________ $___________ $___________ $___________ $___________ $___________ $___________ Description of Requirement SCOPE OF WORK FOR MAINTENANCE AGREEMENT VA REGIONAL OFFICE LINCOLN, NE UPS ELECTRICAL SYSTEMS The Department of Veterans Affairs, Lincoln, NE Regional Office, Office of Information and Technology Division is seeking a Maintenance Contract for the following equipment: UPS Company APC Model SY20KF Serial Number - PD0947160129 Contract is to provide 7/24 UPS maintenance and emergency support. On-site response time of 4 hours or less is required. If parts are required, a verbal estimate of all costs must be pre-approved by the VA FCIO. All parts are to be readily available and provided by the contractor. Prior to scheduling onsite maintenance, VA FCIO will contact SSD with repair estimate, to verify funds are available. Technical assistance for handling questions by phone is required. Contractor is to provide the VA FCIO with a complete listing of all on-call technicians. Four (4) Quarterly Scheduled Inspections are to be conducted and will include semi-annual Preventative Maintenance (PM) for both the UPS and batteries. Quarterly inspections shall also include but are not limited to the following: Check the integrity of the Battery/rack cabinet. Check the general appearance and cleanliness of the battery system. Visual inspection of cells/units for cracks, leaks and excessive bulging of containers. Check for any evidence of corrosion at the terminals and connectors. Inspection for loose or damaged parts. Check cell/unit tops for cleanliness. Record ambient battery room temperature. Provide a written report noting any deficiencies along with a plan for corrective action. Documentation shall provide necessary date for the manufacturer s warranty requirements. Measure and record AC ripple voltages and current being applied to the battery system. Contractor shall perform Semi-Annual Inspections to include the following: Clean all filters. Vacuum interior of all equipment to prevent dust buildup around the transformer. Re-torque terminal screws as needed, but at least once (1) time every three (3) years. Clean terminals. Measure and record the float voltage of all cell/units. Measure and record the total battery float voltage and charging current. Check torque on 100% of the inter-cell/unit connection resistances on systems allowing such using a calibrated digital micro-ohmmeter. Travel and labor will be included. Current factory certification for each engineer is required. Payment for all services will be made monthly in arrears upon receipt of an itemized invoice containing the following information: VA Contract Number Dates of Services performed Detailed itemized description of each service, time spent and cost for replacement items if needed. Period of Performance: 09/01-2018 08/31/2019 (Approximate) FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.217-5 Evaluation of Options (JUL 1990) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if there 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): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) (End of Addendum to 52.212-1) FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. 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. Offers will be evaluated on price only. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions and clauses are added as addenda: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. 52.227-14 Right in Data General (MAY 2014) Insurance Work on a Government Installation (JAN 1997) (a) Workers compensation and employer s liability. Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance policy, except when contract operations are so commingled with a contractor s commercial operations that it would not be practical to require this coverage. Employer s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 52.232-18 Availability of Funds (APR 1984) 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) (JUL 2016) Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VAAR Clause 852.219-10, VA Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an 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's compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852-246-70 Guarantee (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) (End of Addendum to 52.212-4) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph a clauses applicable: (1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (2) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (3) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553) (4) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2015) (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (DEC 2015) (25) 52.222-3 Convict Labor (JUN 2003) (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (APR 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (49) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (56) 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registry (MAY 1999) Paragraph c clauses applicable: (2) 52.222-41 Service Contract Labor Standards (MAY 2014) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (THIS IS NOT A WAGE DETERMINATION) EMPLOYEE CLASS WAGE + FRINGE BENEFITS Electronics Technician II $22.02 + $7.23=$29.25 (4) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Year Contracts) (MAY 2014) (8) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2017) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) N/A N/A Offers are due not later than August 17, 2018 by 6:00PM EST. Offers shall be submitted electronically to rebecca.quilhot@va.gov. The email subject line must contain the following: Quote in Response to 36C10E18Q9406, Uninterrupted Power Supply Maintenance, Lincoln VA Regional Office. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor is registered. For additional information, please contact the Contracting Officer, Rebecca S. Quilhot at 563-424-5874 or via email at Rebecca.quilhot@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18Q9406/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E18Q9406 36C10E18Q9406.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4487700&FileName=36C10E18Q9406-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4487700&FileName=36C10E18Q9406-000.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: Veterans Benefits Administration;Lincoln VA Regional Office;3800 Village Drive;Lincoln NE
Zip Code: 68516
 
Record
SN04995678-W 20180719/180717231322-b15aa99855c1b304d7098cd1205f66b4 (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.