Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
DOCUMENT

J -- Electrical Power Distribution Maintenance - Attachment

Notice Date
8/24/2018
 
Notice Type
Attachment
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 7;325 Folly Road, Suite 300;Charleston SC 29412-2507
 
ZIP Code
29412-2507
 
Solicitation Number
36C24718Q9565
 
Response Due
9/12/2018
 
Archive Date
12/11/2018
 
Point of Contact
Steven B. Bentley
 
E-Mail Address
.bentley@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation: Electrical Power Distribution Maintenance Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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 36C24718Q9565 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95, January 13, 2017. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally, 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) are incorporated into this solicitation. (iv) This combined/synopsis solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is NAICS 221122 Electric Power Distribution; Small Business Size Standard of 1,000 Employees. Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be considered non-responsive and ineligible for award as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. The VIP database will be checked both upon receipt of an offer and prior to award. (v) This procurement is for NEW EQUIPMENT ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. This requirement consists of the following item: CLIN DESCRIPTION QTY UNIT 0001 Maintenance, Cleaning, Inspection, Testing & Calibration of the Electrical Power Distribution Systems and all components in accordance with VHA Directive 1028 1 JB (vi) Description of requirements for the items to be acquired. Pricing Information: 1. Pricing should be considered FOB DESTINATION 2. New Equipment only; no remanufactured or "gray market" items 3. All items must be covered by the manufacturer's warranty 4. Offer MUST be good for 30 calendar days after close of solicitation. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping and provide ARO delivery timeframe. Include all requisite supporting documentation identified in this solicitation with your offer. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Delivery Address(es): Department of Veterans Affairs Ralph H. Johnson VA Medical Center 109 Bee Street Charleston, SC 29401-5703 1. Performance: 10/01/2018 9/30/2019 2. Shipping: FOB DESTINATION (viii) 52.212-1 Instructions to Offerors - Commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources. (ix) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: The offeror must provide documentation that each individual technician working on site is certified by the InterNational Electrical Testing Association (NETA) as a NETA Accredited Company (NAC). The offeror must provide a narrative on the overall technical approach methods and procedures used to meet the requirements identified in the statement of work. This narrative should provide evidence that the offeror understands the objectives that the contract intends to meet, the nature of the required work and the level of effort necessary to accomplish all the work. The offeror must provide proof of their ability to provide Emergency Electrical Repair Services and respond within four (4) hours, seven (7) days a week. Due to the complexity of the services required herein, a list of all subcontractors must be submitted with bid, to include the subcontractors scope of work. All subcontractors must meet the requirements of the contractor as stated. The offeror must provide a technical narrative demonstrating completion of three (3) or more projects by the firm within the past five (5) years, similar in scope, volume, magnitude and complexity for inspection and testing of Electrical Power Distribution Systems. The listing shall include project scope, award amount and related client identification and contact information. Experience may come from healthcare, industrial, educational and/or commercial facilities. Electrical components experience shall include, but not limited to, switchboards & switchgears (low and medium voltage), controls, emergency and standby generators, automatic transfer switches, wiring, transformers, meters and other electrical components. The proposed price will be analyzed for reasonableness. It may also be analyzed to determine whether it is realistic for the work to be performed, reflects a clear understanding of the requirements and is consistent with the offeror s technical proposal. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44. (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) QUOTES/OFFERS: All quotes/offers will be submitted via email to the Contracting Officer (CO), Steven B. Bentley at steven.bentley@va.gov no later than 3:00 PM EST on SEPTEMBER 12, 2018. All quotes/offers submitted must include the Solicitation Number and Title in the subject line of the email. Quotes/offers received after this date and time will be not be considered for award. A formal site visit has been arranged for 1:00 PM EST on Wednesday September 5, 2018 and will meet in the Engineering Conference Room G206 at the Ralph H. Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29401. The Contracting Officer s Representative (COR) will be Mr. Reza A. Tabatabai and can be reached at 843-789-6433 for further meeting location details. To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contracting Officer (CO) Steven B. Bentley at steven.bentley@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation Number and Title, Contractor Name, City, State, Telephone, Email Address and the RFI question(s). No questions regarding this solicitation will be answered after 3:00 PM EST Friday September 7, 2018, unless it is determined to be in the best interest of the Government as deemed by the CO. Telephone requests for information will not be accepted. (xvi) Contact information Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 7 325 Folly Road, Ste 300 Charleston, SC 29412-2507 Primary Point of Contact: Steven B. Bentley Contracting Officer, NCO 7 steven.bentley@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q9565/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9565 36C24718Q9565_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4559223&FileName=36C24718Q9565-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4559223&FileName=36C24718Q9565-001.docx

 
File Name: 36C24718Q9565 P09 Final Statement of Work (SOW).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4559224&FileName=36C24718Q9565-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4559224&FileName=36C24718Q9565-002.docx

 
File Name: 36C24718Q9565 P01 EXHIBIT A - VA Panel Schedule_Specification.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4559225&FileName=36C24718Q9565-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4559225&FileName=36C24718Q9565-003.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05055967-W 20180826/180824231620-32032fded3629d753619c8d898049835 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.