Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
SOLICITATION NOTICE

L -- BRAND NAME CASCADING/TIERED EVALUATION LENEL SECURITY ASSESSMENT WILMINGTON VA MEDICAL CENTER

Notice Date
5/14/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Lebanon VA Medical Center;1700 South Lincoln Avenue;Lebanon, PA 17042
 
ZIP Code
17042
 
Solicitation Number
36C24419Q0578
 
Response Due
5/21/2019
 
Archive Date
6/20/2019
 
Point of Contact
daniel.johnson44@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 42 of 42 COMBINED SYNOPSIS/SOLICITATION General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24419Q0578 Current Response Date: Tuesday, May 21, 2019 Product or Service Code: L063 Set Aside (SDVOSB/VOSB): CASCADING STRATEGY (SEE PAGES BELOW) NAICS Code: 561621 Contracting Office Address Department of Veterans Affairs Lebanon VA Medical Center 1700 South Lincoln Avenue Lebanon, PA 17046 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. Procedures will be used in accordance with FAR 13. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $20.5 million. Cascading set-aside strategy: 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. All interested companies shall provide quotation(s), specifications, certifications, and brochures for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 LENEL Security Camera Assessment and Reports Location of work listed in SOW 1 JB Service shall be provided within 15 calendar days after receipt of order/award of contract. Service terms FOB destination and must be coordinated with facility Point-of-Contact (POC), prior to delivery. The contractor shall provide service in accordance with CLIN(s) 0001, to Wilmington VA Medical Center VAMC, 1601 Kirkwood Hwy., Wilmington, PA 19805. Delivery Location Address: Department of Veterans Affairs Wilmington VA Medical Center 1601 Kirkwood Hwy. Wilmington, DE Postal Code: 19805 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: "(1) price, (2) past performance, and (3) technical capability factor "meeting or exceeding the requirement. EVALUATION CRITERIA Award for this requirement will be made to the offeror who proposes the Lowest Price Technically Acceptable (LPTA) to the Government. To be Technically Acceptable must be capable of providing supplies/services as listed in the SOW and demonstrated proper qualification by providing the necessary documentation. At the close of the Combined Synopsis/Solicitation, a review of qualification(s) will be conducted. The Contracting Officer will award to the offeror proposing the best value to the Government, price, past performance, and other technical factors will be considered. The evaluation matrix is as follows but not limited to: 1. Provide an authorized reseller and/or distribution letter 2. Provide Lenel certification (see the section, CERTIFICATION(S) section of the SOW for more details) The Contracting Officer may reject a quote as non-responsive if no certification and authorized reseller and/or distribution letter is absent from alongside the quote and if the price of the quote is unbalance. A quote is unbalanced when it is based on prices significantly less for some work and significantly overstated for other work, or the prices do not reflect market value. ALL PROVISIONS AND CLAUSES WITHIN THIS COMBINED SYNOPSIS/SOLICITATION, WILL VARY BASED ON THE TIERED EVALUATED The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) Addendum: (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. 2. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Nov 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. and its quote if it has not been completed on SAM.gov. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019) The following subparagraphs of FAR 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f) 52-219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-36 Equal Opportunity for Workers With Disabilities. As prescribed in 22.1408(a), insert the following clause: Equal Opportunity for Workers With Disabilities (Jul 2014) (a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60.741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities. (b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. [Class Deviation- 2017-O0008, Office of Federal contract Compliance Programs Waiver of Certain Clause Requirements in Contracts for Hurricane Harvey Relief Efforts. This clause deviation is effective on Sept 01, 2017, and remains in effect until incorporated into the FAR, or otherwise rescinded. (c) Notwithstanding the provisions of this section, the Contractor will not be obligated to develop the written affirmative action program required under the regulations implementing section 503 of the Rehabilitation Act of 1973, as amended. (End of Clause) Alternate I (Jul 2014). As prescribed in 22.1408(b), add the following as a preamble to the clause: 52.222-41 Service Contract Labor Standards (Aug 2018) (41 U.S.C. Chapter 67) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-42 -- Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits   14170   $34.18 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) 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) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) Additional Clauses: 52.252-2 Clauses Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: 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/__ 52.202-1 Definitions (Nov 2013) 52.203-7 Anti-kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) 52.213-2 Invoices (Apr 1984) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706) 52.232-25 Prompt Payment (Jan 2017) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3 Protest After Award (Aug 1996) 852.203-70 Commercial Advertising (May 2018) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) 852.219-11 VA Notice of Total Veteran All quoters shall submit the following: One (1) copy and must provide a Lenel certificate and a letter from the manufacturer, stating that they are a certified reseller. This is an open-market combined synopsis/solicitation for, BRAND NAME, brands, listed above, as defined herein.    The government intends to award a purchase order 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12:00 P.M. EST, Tuesday, May 21, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Daniel Johnson, at Daniel.johnson44@va.gov, no later than 10:00 A.M. EST, Thursday, May 16, 2019. Point of Contact Daniel Johnson Contract Specialist 717-228-6018 Daniel.johnson44@va.gov SCOPE OF WORK Wilmington VA Medical Center Wilmington, DE 19805 Title: Security Camera Assessment -- Services -- PROVIDE: Professional services to include but not limited to: Site investigation- Mechanical, electrical and card access. Period of services- Furnish and provide all items per plan and drawings. -- Project Scope -- GENERAL: The Wilmington, Delaware VA Medical Center intends to issue a service contract. The project consists of: Evaluate site s current video surveillance system throughout the Wilmington VA Medical Center. PERIOD OF PERFORMANCE: The Contractor shall be required to commence work under this contract within 15 calendar day(s) after receipt of order (ARO) and complete the work within 30 calendar day(s) after the commencement of work. LOCATION OF SERVICES TO BE PROVIDED: The required service shall be conducted at 1601 Kirkwood Hwy., Wilmington, DE 19805, Wilmington VA Medical Center. This listing of where the work shall be conducted can be viewed below in this section. Main Hospital (Bldg 1) All floors Building 1 Room 1436 Room 132 Outer Buildings Network switches located inside each building. Access will be granted by the Contracting Office Representative and/or Alternate Point-of-Contact Building 1 through 7 Building 10 Building 13 Building 15 Building 17 through 20 Light poles surrounding the facility and overlooking the five (5) parking lots. The Contractor will be escorted by the Contracting Officer Representative (COR) and/or the Alternate Point-of-Contact while on property and performing required services. Movement throughout the facility without an escort and access to the facility rooftops is prohibited. If this is breached, the Contractor, and/or Contractor s employees, will be escorted off the property. The VA Police and Contracting Officer will be notified of the incident. WORKING HOURS: If Contractor is required to be onsite, it must be between the hours of 8:00 A.M. EST 4:00 P.M. EST on Monday Friday (EXCLUDING FEDERAL HOLIDAYS). If one of the planned days were to overlap onto a holiday, it is on the Contractor to reschedule another day/time with the COR, at no additional cost to the Government. SPECIFICS: Contractor shall provide a full assessment of the site s installed electronic security system, and provide detailed information comprised of type and version of equipment that is currently in use. The contractor shall identify and report all discrepancies that may inhibit proper operation and function of security equipment to the site s engineering management team. Contractor shall provide recommendations on repair, replacement and upgrade of all electronic security hardware and software to satisfy the site s needs. The contractor shall provide a block diagram showing the general relationship of the security system to other systems in the building for reference purposes. REQUIRED CONTRACTOR REPORTING: The Contractor shall check-in at the beginning of their scheduled service and check-out at the end of their service period. This will be done at the Police Dispatch Office, BLDG 1, RM 1436. The Contractor shall furnish reports, findings, and other discrepancies to the Contracting Officer Representative and/or Alternate Point-of-Contact, at the end of each day serviced. CERTIFICAITON(S): The Contractor shall provide a copy of the necessary certifications listed in this section, to the Contracting Officer Representative and Contracting Officer: Lenel Certified Professional - (Minimum Requirement) Lenel Certified Expert - (Preferred Requirement) GOVERNMENT FURNISHED PROPERTY: The Contractor shall provide all, materials, equipment, labor, supervision, and transportation necessary to perform the required service. The Government will not provide any Government Furnished Property (GFP). POINT-OF-CONTACT: Contracting Officer Representative (COR): TBD Phone Number: TBD Alternate Point-of-Contact: TBD Phone Number: TBD -- Environmental/Occupational Safety and Health (EOSH) -- EXPECTATION: All projects and project designs shall contain language that addresses all applicable EOSH requirements. Regulatory Compliance EOSH requirements for work performed at the above location can be found in: Volume 29 of the Code of Federal Regulations, Part 1910 Occupational Safety for General Industry Volume 29 of the Code of Federal Regulations, Part 1926 Occupational Safety for The Construction Industry Volume 40 of the Code of Federal Regulations Protection of The Environment Volume 49 of the Code of Federal Regulations, Part 397 Transportation of Hazardous Materials Title 7 of the Delaware Code Conservation Title 16 of the Delaware Code Health and Safety Specifications The VA Master Construction Specifications contain work procedures and material requirements designed to meet regulatory compliance requirements.   Whenever possible, the Master Construction Specifications must be used as the basis for project designs. Contractor to follow the following specifications, available at https://www.cfm.va.gov/til/ 01 00 00 General Requirements 01 42 19 Reference Standards 01 57 19 Temporary Environmental Controls 28 05 00 Common Work Results for Electronic Safety and Security 28 05 26 Grounding and Bonding for Electronic Safety and Security 28 08 00 Commissioning of Electronic Safety and Security System 28 23 00 Video Surveillance NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-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/PiVAMC646/PiVAMC646/36C24419Q0578/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Wilmington VA Medical Center;1601 Kirkwood Hwy.;Wilmington, DE
Zip Code: 19805
Country: U.S.A.
 
Record
SN05311201-F 20190516/190514230051 (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.