Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

J -- Battery String Maintenance

Notice Date
3/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail;Palm Beach Gardens FL 33410-6400
 
ZIP Code
33410-6400
 
Solicitation Number
36C24819Q0442
 
Response Due
3/15/2019
 
Archive Date
6/22/2019
 
Point of Contact
Kari Jeanlouis-Haliburton
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement- Attached Wage Determination-Attached Page 8 of 8 COMBINED SYNOPSIS/SOLICITATION The West Palm Beach VA Medical Center located at 7305 N Military Trail, West Palm Beach, FL 33410 has a requirement for battery string maintenance. The attached Statement of Work (SOW) shall be adhered to. This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code and size standard are 335912 Primary Battery Manufacturing and 1,000 employees, respectively. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. Evaluation factors will be considered in descending order of importance: Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance. Past Performance: Prospective contractors may provide a list of five business references for which the contractor performed the same or similar scope as required in the statement of work. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed. Contractor s Proposed Rate. Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Mar  2015) (22  U.S.C. 7104(g)). ___Alternate I (Mar  2015) of 52.222-50 (22  U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug  1996) (31  U.S.C.  3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct  2004) (Pub.  L.  108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph  (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept  2006), with Alternate  I (Oct  1995) (41  U.S.C.  253g and 10  U.S.C.  2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct  2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov  2011) (15  U.S.C.  644). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15  U.S.C.  637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan  2017) (15  U.S.C.  637(a)(14)). 52.219-28, Post Award Small Business Program Representation (Jul  2013) (15  U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June  2003) (E.O.  11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct  2016) (E.O.  13126). 52.222-21, Prohibition of Segregated Facilities (Apr  2015). 52.222-26, Equal Opportunity (Sep  2016) (E.O.  11246). 52.222-35, Equal Opportunity for Veterans (Oct  2015)(38  U.S.C.  4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul  2014) (29  U.S.C.  793). 52.222-37, Employment Reports on Veterans, (Feb  2016) (38  U.S.C.  4212). 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug  2011) (E.O. 13513). 52.225-1, Buy American Supplies (May  2014) (41  U.S.C.  10a-10d). 52.225-5, Trade Agreements (Oct  2016) (19  U.S.C.  2501, et  seq., 19  U.S.C.  3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June  2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul  2013) (31  U.S.C.  3332). 52.239-1, Privacy or Security Safeguards (Aug  1996) (5  U.S.C.  552a). (c) The Contractor shall comply with the FAR clauses in this paragraph  (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act Labor Standards (May  2014) (41  U.S.C.  351, et  seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May  2014) (29  U.S.C.  206 and 41  U.S.C.  351, et  seq.). (d)  Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph  (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3  years after final payment under this contract or for any shorter period specified in FAR  Subpart  4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs  (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct  2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Nov  2016) (15  U.S.C.  637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Sep  2016) (E.O.  11246). (v) 52.222-35, Equal Opportunity for Veterans (Oct  2015) (38  U.S.C.  4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul  2014) (29  U.S.C.  793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of  1965 (May  2014) (41  U.S.C.  351, et  seq.). (ix) 52.222-50, Combating Trafficking in Persons (Mar  2015) (22  U.S.C. 7104(g)). Alternate I (Mar  2015) of 52.222-50 (22  U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov  2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May  2014) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Oct 2015). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May  2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb  2006) (46  U.S.C. Appx.  1241(b) and 10  U.S.C.  2631). Flow down required in accordance with paragraph  (d) of FAR clause  52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Other applicable provisions and clauses incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors Commercial items FAR 52.212-4 Terms and Conditions Commercial items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-41 Service Contract Labor Standards FAR 52.225-2 Buy American Certificate FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource VAAR 852.203-70 Commercial advertising VAAR 852.237-70 Contractor responsibilities VAAR 852.270-1 Representatives of contracting officers VAAR 852.273-70 Late offers VAAR 852.273-74 Award without exchanges 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 they 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): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ http://farsite.hill.af.mil/ The Service Contract Act and Department of Labor Wage Determination WD 15-4573 (Rev.-8) applies to this procurement. The Wage Determination can be accessed at http://www.wdol.gov/. This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors.   Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint.   However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. Offerors are instructed to submit clear and concise offers which adhere to the following format: Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/36C24819Q0442/listing.html)
 
Place of Performance
Zip Code: 33410
 
Record
SN05241967-F 20190308/190306230048 (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.