Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2005 FBO #1322
SOLICITATION NOTICE

J -- J -- Irrigation Management at Willamette National Cemetary

Notice Date
7/8/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, (648/P4CONT), 3710 SW Veterans Hospital Road, Box 1034, Portland, Oregon 97201
 
ZIP Code
97201
 
Solicitation Number
648-87-05
 
Response Due
7/18/2005
 
Archive Date
8/17/2005
 
Point of Contact
Point of Contact - Donna Sullivan, Purchasing Agent, Ph: (360) 759-1689, Fx:(360) 905-1797, Contracting Officer - Guinevere Peterson, Contract Specialist, Ph:360-759-1607, Fx:360-905-1797
 
E-Mail Address
Guinevere Peterson
(guinevere.peterson@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 648-87-05, in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 effective April 11, 2005. The North American Industrial Classification System (NAICS) number is 561730 and the business size standard is $6 million. This acquisition is advertised as a 100% Total Small Business Set Aside. Offers from companies other than SB_s will not be considered. </P> <UL> <LI> LINE ITEM 0001 Base Period 12 Months $ ________ Total $ _______ <LI> LINE ITEM 0002 Option Year 1 12 Months $ _______ Total $ _________ <LI> LINE ITEM 0003 Option Year 2 12 Months $ _______ Total $ _________ <LI> LINE ITEM 0004 Option Year 3 12 Months $ _______ Total $ _________ <LI> LINE ITEM 0005 Option Year 4 12 Months $ _______ Total $ __________ <LI> LINE ITEM 0006 Non-recurring Maintenance 1 Each $ ________ <LI> TOTAL PRICE (BASE + ALL OPTIONS) $ ____________ </UL> Line Items 0001 through 0005 are to be used for the recurring service costs associated in performance of the SOW (below). Line item 0006 is to be used to identify all costs associated with bringing the existing system on line and capable of performing in a fully functioning manner.</P> STATEMENT OF WORK (SOW) FOR WILLAMETTE NATIONAL CEMETERY, PORTLAND OREGON </P> <UL> <LI>Field Wire Identification including all Maxicom Wire paths <LI>Locate and test all Flow Sensors (approximately 53 total) Repair and replace all non-functioning devices. <LI>Identify and label all controllers <LI>Clean and repair all clocks and CCU_s including installation of Isobar surge protectors. Mount all equipment including POT_s, MSP_s , terminal strips on panels to be attached to back of pedestal. (Approximately 31 clocks) <LI>Create color zone specific AutoCad map for all 4 CCU_s. Include location of controllers, Valve locations, Maxi splice locations. Label each zone with CCU#, clock #, zone #, type of plant material, and type of irrigation head. Provide separate map of shops area, main entrance, main office, rostrum area and columbarium_s. This is all to be done before Irrigation commences. <LI>Data collection -- Flow rates and Precipitation rates for every zone need to be taken and entered into the Maxicom system. <LI>Three (3) complete site walk through inspections of all zones during the normal irrigation season. These inspections will include flagging of individual heads in need of adjustment. Provide walk through reports with details about problem zones. <LI>Have at least two (2) CLIA (Certified Landscape Irrigation Auditors) on staff to provide water audits as needed. <LI>Provide Rainbird trained office personnel to operate our Maxicom system. <LI>Require 30 man-hours per week of on site fieldwork to ensure proper watering during the months of June, July and August. <LI>Have loaner Par Controller, CCU28, Pulse Decoder, Pulse Output transmitter and MSP in your possession in case of emergency to install within 12 hours including weekends and holidays. <LI>Contractor must be enrolled in the Rainbird Global Support plan. And attach proof there of. <LI>Coordinate with pump maintenance personnel daily or weekly as needed <LI>Evaluate reservoir readings and adjust watering as necessary </UL> <TT><P ALIGN=CENTER></TT> Monitoring </P> These services shall be provided 24hrs per day 7 days per week. <OL> <LI>Monitor valve activity. Report irregular findings. <LI>Prepare site-specific irrigation programs for operation. <LI>Customize and adjust each valve_s activity to coincide with plant material needs. <LI>Use RainBird weather station information to adjust for evapotranspiration. <LI>Notify landscape maintenance personnel of any malfunctions detected. <LI>Notify Director of WNC of any malfunctions not repaired within twenty-four (24) hours. <LI>Installation of chip replacements when provided by RainBird. <LI>Inventory form of all Maxicom related equipment on site. <LI>Meetings with Client as requested. <LI>Train WNC staff as requested. </OL> Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors_Commercial Items. FAR 52.212-1 is supplemented with the following addenda: _Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, and acknowledgement of any solicitation amendments.</P> The provision at 52.212-2, Evaluation_Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine whether the proposed services meet the requirements outlined in the SOW. If an offeror cannot comply with every requirement, that offer will not be technically acceptable. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so.</P> The clause at FAR 52.212-4, Contract Terms and Conditions_Commercial Items, with the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference: FAR 52.217-8, Option to Extend Services with fill-in marked _30 Days_; FAR 52.217-9, Option to Extend the Term of the Contract, with fill-in 1 marked _60 days,_ fill-in 2 marked _30 days,_ and fill-in 3 marked _5 years, 6 months._ 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 address: http://www.arnet.gov.</P> The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders_Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 5, 14, 15, 16, 17, 19, 31 and (c) 1, 2, 3, and 4. Wage Determination number 1994-2441 revision 24 dated 5/17/2005 is hereby incorporated into this solicitation. Quotes must be received NLT 1:00 PM Pacific Daylight Time 18 July 2005, at Department of Veterans Affairs, Portland VA Medical Center, 1601 E. Fourth Plain Blvd., Contracting Division (V4CONT), Vancouver, WA 98662. Offers received after this date and time will be considered late in accordance with FAR 52.212-1(f) and will not be evaluated. Faxed quotations will be accepted. Electronic quotations will NOT be accepted.</P> PLEASE NOTE A site visit to survey the current RainBird Maxicom system will be held on 13 July 2005 from 10:00 AM to 12:00 PM Pacific Daylight Time. Offerors should plan on arriving 10 to 15 minutes early, and remaining for the entire 2 hour period. The site visit will be held at the following location:</P> Willamette National Cemetary 11800 SE Mt. Scott Blvd. Portland, OR 97266-6937 All offerors planning to attend must notify the contracting officer with the names of those attending no later than 12 July 2005 by 3:00 PM PST. Due to space and parking limitations, each offeror will be limited to a maximum of two (2) participants. If this office receives no responses from offerors concerning the conference by 3:00 PM PDT on 12 July 2005, the conference will be cancelled with no further notification to potential offerors. </P> All questions must be submitted in writing to Donna Sullivan, Purchasing Agent via email at donna.sullivan3@med.va.gov or to the Contracting Officer via email to Guinevere.peterson@med.va.gov or by fax at (360)905-1797. </P> NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/VA/PoVAMC/VAMCCO80220/648-87-05/listing.html)
 
Place of Performance
Address: Willamette National Cenetary, Portland, OR
Zip Code: 97266
Country: United States
 
Record
SN00844005-F 20050710/050708211952 (fbodaily.com)
 
Source
FedBizOpps.gov 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.