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

J -- Elevators Maintenance & Repair Services

Notice Date
7/10/2020 1:32:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0874
 
Response Due
8/5/2020 12:00:00 PM
 
Archive Date
11/12/2020
 
Point of Contact
Monique Paltan, Contracting Officer, Phone: 212 686 7500 6081
 
E-Mail Address
Monique.Paltan@va.gov
(Monique.Paltan@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION ELEVATORS MAINTENANCE & REPAIR SERVICES AT STRATTON VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 - Simplified Procedures for Certain Commercial Items , 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through Contract-Opportunities at beta.SAM.gov on RFQ reference number 36C24220Q0874. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. (iv) This procurement is being issued as Unrestricted - Open Market combined synopsis/solicitation. The North American Industry Classification System (NAICS) code is 238290 Other Building Equipment Contractors with a small business size standard of $16.5 Million. (v) This is an indefinite delivery indefinite quantity requirement. The guaranteed minimum for elevator repair is 8 hours of labor. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount. Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 10/01/2020 through 09/30/2025. Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor s and Government s rights and obligations with respect to that order to the same extent as if the order were completed during the contract s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 09/30/2025. The Contractor shall provide pricing to provide Elevators Maintenance and Repair Services. Table is optional. Contractors can use their own pricing table but must ensure each Option Period is priced separately. See table below: PRICING FOR ELEVATOR MAINTENANCE AND REPAIR SERVICES. Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Period: Provide full maintenance and repair services for 10 Traction Elevators 12 MO 0002 Base Period: Provide full maintenance and repair services for 5 Hydraulic Elevators. 12 MO 0003 Base Period: Provide full maintenance and repair services for 1 Dumbwaiter. 12 MO 0004 Base Period: Operation of Elevator Cars for purpose of 3rd Party Inspections 1 JB 0005 Base Period: Provide labor rate for repairs 8 HR 0006 Base Period: Provide parts for unscheduled repairs As Needed Per JB To be priced prior to repair Total Base Year: 1001 Option Year 1: Provide full maintenance and repair services for 10 Traction Elevators 12 MO 1002 Option Year 1: Provide full maintenance and repair services for 5 Hydraulic Elevators. 12 MO 1003 Option Year 1: Provide full maintenance and repair services for 1 Dumbwaiter. 12 MO 1004 Option Year 1: Operation of Elevator Cars for purpose of 3rd Party Inspections 1 JB 1005 Option Year 1: Provide labor rate for repairs 8 HR 1006 Option Year 1: Provide parts for unscheduled repairs As Needed Per JB To be priced prior to repair Total Option Year 1: 2001 Option Year 2: Provide full maintenance and repair services for 10 Traction Elevators. 12 MO 2002 Option Year 2: Provide full maintenance and repair services for 5 Hydraulic Elevators. 12 MO 2003 Option Year 2: Provide full maintenance and repair services for 1 Dumbwaiter. 12 MO 2004 Option Year 2: Operation of Elevator Cars for purpose of 3rd Party Inspections 1 JB 2005 Option Year 2: Provide labor rate for repairs 8 HR 2006 Option Year 2: Provide parts for unscheduled repairs As Needed Per JB To be priced prior to repair Total Option Year 2: 3001 Option Year 3: Provide full maintenance and repair services for 10 Traction Elevators 12 MO 3002 Option Year 3: Provide full maintenance and repair services for 5 Hydraulic Elevators. 12 MO 3003 Option Year 3: Provide full maintenance and repair services for 1 Dumbwaiter. 12 MO 3004 Option Year 3: Operation of Elevator Cars for purpose of 3rd Party Inspections 1 JB 3005 Option Year 3: Provide labor rate for repairs 8 HR 3006 Option Year 3: Provide parts for unscheduled repairs As Needed Per JB To be priced prior to repair Total Option Year 3: 4001 Option year 4: Provide full maintenance and repair services for 10 Traction Elevators 12 MO 4002 Option Year 4: Provide full maintenance and repair services for 5 Hydraulic Elevators. 12 MO 4003 Option Year 4: Provide full maintenance and repair services for 1 Dumbwaiter. 12 MO 4004 Option Year 4: Operation of Elevator Cars for purpose of 3rd Party Inspections 1 JB 4005 Option Year 4: Provide labor rate for repairs 8 HR 4006 Option Year 4: Provide parts for unscheduled repairs As Needed Per JB To be priced prior to repair Total Option Year 4: Base and All Options Total: (vi) Description of requirement See attached Performance Work Statement. Contracting Office Address: Department of Veterans Affairs VISN 2 Network Contracting Office NY Harbor Healthcare System 423 East 23rd Street New York, NY 10010 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: Department of Veterans Affairs Stratton VA Medical Center Hospital Campus 113 Holland Avenue Albany, NY 12208 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018), applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24220Q0874; The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); Acknowledgement of any solicitation amendments; Past performance information; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.216-1 Type of Contract (APR 1984) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEPT 2006) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applies to this acquisition. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price a) Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Technical Capability is more important than past performance and price. However, price will become significantly more important as technical capability approach equality. All sub-factors under technical capability are of equal importance. Past performance is less important than price. The government shall evaluate information based on the following evaluation criteria Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all the requirements of the SOW. TECHNICAL PROFICIENCY: Contractor shall submit a proposal that demonstrates its understanding of the requirement in accordance with the Performance Work Statement (PWS) and the extent to which potential risks are identified and mitigated CONTRACTOR EXPERIENCE: Contractor shall provide 3-5 instances of past experience of similar scope within the past 5 years. Contractor shall be a firm regularly engaged in the repair, maintenance and servicing of vertical transportation systems, hereinafter referred to as elevators. Their expertise and experience shall be of such extent so as to provide them the knowledge of conditions of elevators and the scope of repairs, maintenance and servicing of elevators generally found in hospital use. Generally, the principals of the company shall have had approximately five years successful experience in fully maintaining elevators and dumbwaiters. LICENSING/CERTIFICATION: Contractor shall provide proof that Elevator Mechanics/Technicians for this requirement are licensed/certified to perform elevator maintenance and repair services and have passed the Mechanic/Technician Examination approved and certified by the U.S. Department of Labor. Certified Elevator Mechanics/Technicians shall have technical qualifications of at least five (5) years of successful experience in the elevator industry. TRAINING: Contractor shall provide Certificates of key personnel to work under this requirement as having completed a 10-hour OSHA Safety Course. SUBCONTRACTORS: Contractor shall indicate if subcontractors will be used, if any and who the pertinent POCs will be and their plan to meet the requirement and who will be performing what tasks. (2) Past performance - Contractor must provide three references for contract of similar scope and magnitude to be evaluated. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. (3) Price - The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.216-18 Ordering (OCT 1995) 52.216-19 Order Limitations (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.217-8 Option to Extend Services (NOV 1999) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) 852.215-71 Evaluation Factor Commitments (SEP 2019) 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements (DEC 2009) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.237-75 Key Personnel (SEP 2019) 852.270-1 Representatives of Contracting Officers (JAN 2008) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-9 Small Business Subcontracting Plan (AUG 2018) 52.219-16 Liquidated Damages Subcontracting Plan (JAN 1999) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-17 Non-displacement of Qualified Workers (MAY 2014) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37 Employment Reports on Veterans (Feb 2016) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-54 Employment Eligibility Verification (Oct 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.242-5 Payments to Small Business Subcontractors (JAN 2017) (xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is attached to this combined synopsis/solicitation. The Wage Determination for this locality is WD No.: 1967-0450, Revision No.: 63, Date of Last Revision: 02/20/2020. The Occupation Code description that applies to this Solicitation are: The following occupation code, the rate must be detailed in the response for all pricing where labor hours are changed. Occupation Description Rate H&W Pension Ed.Fund 401(K) Work P/F 23210 Elevator Repairer $47.51 $15.725 $10.21 $0.63 $8.20 $0.48 $82.755 See attached Wage Determination. (xiv) N/A (xv) This is an Unrestricted - Open Market combined synopsis/solicitation for Elevator Maintenance and Repair Services at the Stratton VA Medical Center as defined herein.  The government intends to award a contract 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:"" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 3:00 PM EST, Wednesday, August 05, 2020. The government shall only accept electronic submissions via email, please send all quotations to Monique.Paltan@va.gov. RFI s will not be accepted after Thursday, July 23, 2020 at 12:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Monique Paltan, Contracting Officer, (212) 686-7500 Ext 6090; Monique.Paltan@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/254cb3da26cc47b1a6169976ed11f4e2/view)
 
Place of Performance
Address: Department of Veterans Affairs Stratton VA Medical Center Hospital Campus 113 Holland Avenue, Albany, NY 12208, USA
Zip Code: 12208
Country: USA
 
Record
SN05717442-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.