Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

H -- 36C26220Q1101, SERVICE to PERFORM M&Q ASTs & Transformers PMI for SPCC Plan Compliance, VA Greater Los Angeles HCS VAWLA-VASACC-VALAACC_B+4OY

Notice Date
7/10/2020 3:32:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q1101
 
Response Due
8/11/2020 10:00:00 AM
 
Archive Date
10/10/2020
 
Point of Contact
NICHOLS, CECIL S., Contracting Officer, Phone: (562) 766-2267
 
E-Mail Address
cecil.nichols@va.gov
(cecil.nichols@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 3 of 68 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2020-07, dated 07-02-2020. Solicitation # 36C26220Q1101 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed-Price (FFP) contract from this solicitation. The North American Industry Classification System (NAICS) Code is 541350 and the Small Business Administration s (SBA) size standard is $8 million for this procurement. This procurement will be issued as a 100% total set aside for Small Business (SB), see FAR Clause 52.219-6. This is an inclusive contract and the Government is seeking a Contractor that shall provide all manner, means, methods, equipment, expertise, incidentals, labor, materials, supervision, supplies, transportation, and qualified personnel required for the visual inspection of Government owned ASTs, USTs, and transformers for the VA Greater Los Angeles Healthcare System (VAGLAHCS) included in the SPCC plan compliance in accordance / compliance with current code(s), directives, regulations, industry guidelines / standards, and statement of work (SOW) . All listed equipment contains oil products that are 55 gallons or greater. Contractor shall provide the following for the ASTs and transformers designated for visual inspection services. Visually check bulk storage containers and tanks, oil-filled equipment piping valves, and other components that could be a source or a cause for an oil release. Detect signs of deterioration, discharges, or accumulation of oil from bulk containers, tanks, and oil-filled equipment, piping, valves, tank pads and inside diked areas. Retain all inspection records for at least 4 years. Records must be signed and dated by inspector. Contractor will make the AST and Transformer inspector or qualified delegate available in the event of outside regulatory inspection or internal VA audit. These inspections are infrequent and may or may not occur one (1) or more times per year for up to 8-hours (minimum) or 16-hours (maximum). Places of Performance: VA West Los Angeles (VAWLA), 11301 Wilshire Blvd, Los Angeles, CA 90073; VA Sepulveda Ambulatory Care Center (VASACC), 16111 Plummer Street, North Hills, CA 91343; and VA Los Angeles Ambulatory Care Center (VALAACC), 351 East Temple Street, Los Angeles, CA 90012. Period of Performance: One (1) BASE Year plus up to Four (4) OPTION Years. Provisions / Clauses: The following provisions / clauses: 52.212-1, Instructions to Offerors Commercial; 52.212-2, Evaluation Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are applicable to this acquisition. Job Walk-Site Visit: Tuesday, July 21, 2020 at 10:30AM Pacific local. See solicitation for specific details on meet location. This will be the only job walk-site visit provided by the Government (VA). Offerors shall be responsible and shall not be reimbursed by the Government for any costs or travel expenses incurred related to the site visit. Basis of Award: Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government meeting the special standards of responsibility. Offeror quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The Contracting Officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the Contracting Officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made or the Contracting Officer determines that no contract award can be made. The Contracting Officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The Contracting Officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the Contracting Officer to be in the Government s interest. In addition to the General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following Special Standard of Responsibility applies to this procurement: Offeror shall possess a Contractor s License issued by a U.S. State or Territory in accordance with the current provisions of the State or Territorial Business and Professions Code. Offerors who fail to meet or submit ANY Standards of Responsibility are not eligible for contract award. Submitting Offer: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and shall submit their offer using the Solicitation Price Schedule . Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB). It is the offeror s responsibility to ensure all required documents are included and completed as required by this solicitation. Offeror(s) shall submit their quotes to Cecil S. Nichols via email at cecil.nichols@va.gov. Ensure to reference solicitation # RFQ # 36C26220Q1101 SERVICE to PERFORM ASTs & Transformers PMI for SPCC Plan Compliance, VAGLAHCS in the subject line of the email. Submission Deadline: All offeror quotes shall be received by Tuesday, August 11, 2020 by 10:00AM Pacific local. Offeror quotes received after the prescribed deadline, may be considered non-responsive and may not be considered for award. Questions or Inquiries: For all/any immediate question(s) or concern(s) please contact Cecil S. Nichols via email at cecil.nichols@va.gov. WAGE DETERMINATION RATES SCA 2015-5614 REVISION 16 APPLY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63f457c8bc264f22a270f385bd41d188/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS VA GREATER LOS ANGELES HEALTHCARE SYSTEM VAWLA-VASACC-VALAACC 11301 Wilshire Blvd, Los Angeles 90073-1003, USA
Zip Code: 90073-1003
Country: USA
 
Record
SN05717428-F 20200712/200710230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.