DOCUMENT
J -- RFI on Tri-Annual (every 3 years) Testing/Maintenance of Electrical Equipment at Harry S. Truman Hospital Columbia, MO - Attachment
- Notice Date
- 3/29/2011
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25511RQ0263
- Response Due
- 4/7/2011
- Archive Date
- 5/7/2011
- Point of Contact
- Tina G Gopon
- E-Mail Address
-
ct
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- SPECIFICS FOR SUBMITTING PROPOSALS 1.Offerors must include a cover letter with their proposal. The letter shall include, as a minimum the name of the organization, address, and phone and fax numbers. 2.One original signed copy of this entire (SF 1449) solicitation only, with cost/price information. The firm in accordance with FAR Part 52.212.3, Offeror, Representations and Certifications must be completed and returned along with one original and two sets (only) of the technical offer. 3.Offeror's must submit their proposal in two parts: a. Technical and b. Cost/Price. Specifics for each submission is as follows: a. Technical Offer - An original copy, as indicated above in item 2, with two exact copies is required. This offer will be reviewed, rated and ranked by the Government. The technical offer should provide information that directly addresses each evaluation factor, as requested in FAR clause 52.212-2. Offerors should demonstrate how they intend to fulfill the requirements of the solicitation and how their offer will meet the total needs of the Government. Each response should address each element in the sequence outlined and should identify the corresponding factor. The information provided shall be concise, factual, and complete. Proposals will be considered only from offerors that meet the technical capability; show evidence of business experience, location meets the governments need, and in the judgment of the Government, are deemed financially responsible and employ qualified personnel. Past Performance- Provide the number of years your company has provided janitorial Services. Have you worked on a Government contract before? Have you ever received a termination under a Government contract? If so, describe the circumstances of the termination. Also provide references for at least three different hospitals, commercial facilities and government agencies (especially other VA hospitals) where your company has provided janitorial Services for a minimum of three years. Include the dollar value of the contract. You must include a phone number, fax number, and contact name as we will be calling or faxing to verify information. The contractor must also provide information on problems encountered on the contracts listed for past performance and the corrective action taken. The contractors with no relevant performance history will not be evaluated favorably or unfavorably on past history. The contractor must provide information on problems encountered on the contracts listed for past performance and the corrective action taken. Quality Control Plan - provide vendor quality control plan to meet schedule for the facility within a quality control program. "Performing all required inspections and tests. "Compliance with applicable local, state, federal regulations and VHA directives relating to conducting the tasks specified within the SOW. NO COST INFORMATION IS TO BE INCLUDED WITHIN THIS PORTION OF YOUR SUBMISSION, AS IT IS FOR TECHNICAL EVALUATION ONLY. b. Cost/Price Offer - Offeror's are required to submit cost on the original completed copy only. No reference to cost is to be made in the document/s submitted for the technical response noted above. Pricing is to be completed in the spaces provided in the Solicitation Proposal Schedule. Price will not be point scored, but will be adjectively evaluated. The technical evaluation factors, past performance and quality assurance, when combined, are significantly more important than cost or price. The closer the total evaluated technical ratings of acceptable offers are to one another, the greater will be the importance of price in making the selection determination. The closer the final price evaluations are to one another, the greater will be the importance of the total evaluated technical scores in making the selection determination. 4.SELECTION PROCEDURES Technical Evaluations will be evaluated and the selection will be made to the vendor that provides the most complete and accurate proposal that represents the best overall value to the Government. After a selection has been made, the Government will contact the selected Offeror, advising the selection. The Government may reject any or all offers if such action is determined to be in the best interests of the Government. Offerors will be evaluated on their submission of the following documents. Offerors must provide information to meet the factors evaluation criteria. Selection Evaluation Order of Importance in descending order: Factor 1: Technical -provide information on how the vendor will complete the maintenance, inspection, testing, and/or calibration of the Electrical Power Distribution Systems.: "Sub-factor A: Contractors shall be certified by the InterNational Electrical Testing Association (NETA) as NETA Certified Technician, or equal, and completed the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. "Sub-factor B: Contractors shall have safety trainings - either on-the-job or class-room type - in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S - Electrical, and the NFPA 70E - Standard for Electrical Safety in the Workplace. Training certifications shall be submitted to the VA Contracting Officer prior to work. If no training certifications are available, the contractor' Employer shall certify that he/she has met this requirement in writing, and submit it to the VA Contracting Officer prior to work. "Sub-factor C: Contractor must use an Infra-Red Scanning camera to detect hot spots for all equipment listed in the electrical equipment listing within the statement of work. This work item must be done while the Electrical Power Distribution System is energized. Appropriate safety precautions must be taken before, during and after scanning the system. "Sub-factor D: Contractors shall have technical trainings, and track records of working experience in maintenance, inspection, and testing of the Electrical Power Distribution System and its components in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years. Factor 2: Past Performance- Provide three (3) references of previous services with the past three years including dollar amounts and point of contact number. Factor 3: Quality Control Plan - provide vendor quality control plan to meet schedule for the facility within a quality control program. "Performing all required inspections and testing. "Compliance with applicable Local, State, Federal regulations and VHA directives related to conducting the maintenance and testing. The plan must address procedures and corrective actions taken if services become unacceptable when identified by the government representative. Factor 4: Price- The technical evaluation factors, past performance and quality assurance, when combined, are significantly more important than cost or price. 5. BASIS FOR AWARD The Government will award a contract resulting from this solicitation to the responsible Offeror whose proposal conforms to the solicitation, represents the best value of all factors considered and is judged to be the most advantageous to the Government. 6. RELEASE OF INFORMATION After receipt of proposals and until contract award, source selection information will not be furnished to any firm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25511RQ0263/listing.html)
- Document(s)
- Attachment
- File Name: VA-255-11-RQ-0263 0002 VA-255-11-RQ-0263 0002_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=186721&FileName=VA-255-11-RQ-0263-0002000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=186721&FileName=VA-255-11-RQ-0263-0002000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-255-11-RQ-0263 0002 VA-255-11-RQ-0263 0002_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=186721&FileName=VA-255-11-RQ-0263-0002000.doc)
- Place of Performance
- Address: Harry S. Truman Mem Veterans Hospital;800 Hospital Drive;Columbia, MO
- Zip Code: 65201
- Zip Code: 65201
- Record
- SN02412022-W 20110331/110329234831-dbe13a3fcfbd3524bf9fba7564797895 (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 |