Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2012 FBO #3954
SOLICITATION NOTICE

J -- Security System Maintenance

Notice Date
9/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
 
ZIP Code
15212-5319
 
Solicitation Number
VA24012Q0189
 
Response Due
9/24/2012
 
Archive Date
1/1/2013
 
Point of Contact
Evonne Huggins
 
E-Mail Address
2.3432<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. OFFERS ARE DUE 24 SEPTEMBER 2012 AT 3PM ET. The Contracting Officer for this acquisition is Evonne Huggins | 412.822.3432 | Evonne.Huggins@va.gov. All offers must be submitted by email to Evonne.Huggins@va.gov. The subject line must read "VA240-12-R-0189_1". The solicitation number is VA240-12-R-0189_1 and a statement that the solicitation is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. This solicitation document is set-aside 100% for Small Businesses. The associated NAICS code is 811213 and the small business size standard is $7 Million. CLINDESCRIPTIONQTYUNIT OF ISSUEUNIT PRICETOTAL PRICE 0001 Security System Maintenance Services for James J. Peters VA Medical Center (Site 526)12Monthly $ $ 0002 Security System Maintenance Services for VA NY Harbor HCS (Site 630 - Brooklyn Campus)12Monthly $ $ 0003 Security System Maintenance Services for VA NY Harbor HCS (Site 630 - St. Albans Campus)12Monthly $ $ 0004 Security System Maintenance Services for VA NY Harbor HCS (Site 630 - Manhattan Campus)12Monthly $ $ CLINDESCRIPTIONQTYUNIT OF ISSUEUNIT PRICETOTAL PRICE 1001OPTION PERIOD 1: Security System Maintenance Services for James J. Peters VA Medical Center 12Monthly $ $ 1002OPTION PERIOD 1: Security System Maintenance Services for VA NY Harbor HCS (Brooklyn Campus)12Monthly $ $ 1003OPTION PERIOD 1: Security System Maintenance Services for VA NY Harbor HCS (St. Albans Campus)12Monthly $ $ 1004OPTION PERIOD 1: Security System Maintenance Services for VA NY Harbor HCS (Manhattan Campus)12Monthly $ $ CLINDESCRIPTIONQTYUNIT OF ISSUEUNIT PRICETOTAL PRICE 2001OPTION PERIOD 2: Security System Maintenance Services for James J. Peters VA Medical Center 12Monthly $ $ 2002OPTION PERIOD 2: Security System Maintenance Services for VA NY Harbor HCS (Brooklyn Campus)12Monthly $ $ 2003OPTION PERIOD 2: Security System Maintenance Services for VA NY Harbor HCS (St. Albans Campus)12Monthly $ $ 2004OPTION PERIOD 2: Security System Maintenance Services for VA NY Harbor HCS (Manhattan Campus)12Monthly $ $ CLINDESCRIPTIONQTYUNIT OF ISSUEUNIT PRICETOTAL PRICE 3001OPTION PERIOD 3: Security System Maintenance Services for James J. Peters VA Medical Center 12Monthly $ $ 3002OPTION PERIOD 3: Security System Maintenance Services for VA NY Harbor HCS (Brooklyn Campus)12Monthly $ $ 3003OPTION PERIOD 3: Security System Maintenance Services for VA NY Harbor HCS (St. Albans Campus)12Monthly $ $ 3004OPTION PERIOD 3: Security System Maintenance Services for VA NY Harbor HCS (Manhattan Campus)12Monthly $ $ CLINDESCRIPTIONQTYUNIT OF ISSUEUNIT PRICETOTAL PRICE 4001OPTION PERIOD 4: Security System Maintenance Services for James J. Peters VA Medical Center 12Monthly $ $ 4002OPTION PERIOD 4: Security System Maintenance Services for VA NY Harbor HCS (Brooklyn Campus)12Monthly $ $ 4003OPTION PERIOD 4: Security System Maintenance Services for VA NY Harbor HCS (St. Albans Campus)12Monthly $ $ 4004OPTION PERIOD 4: Security System Maintenance Services for VA NY Harbor HCS (Manhattan Campus)12Monthly $ $ Statement of Work for Security Systems Preventative Maintenance 1.0 Scope. 1.1 Objective. The objective of this performance-based contract is to obtain the contractor's services to maintain and repair the government owned Security Systems located at the VA Hospital NY Harbor Healthcare System's Brooklyn, Manhattan and Saint Albans campuses. All work must be performed with the safety of all patients, employees and visitors in mind. The work areas should be neat and clean, and all trip hazards must be avoided, and if absolutely necessary must be approved by the COR and signed clearly by the contractor. 2.0 Definitions and References. 2.1 Definitions. Critical equipment means (a) any equipment that effects the operation of VA Police. All equipment covered under this service contract is considered critical. Normal business hours are the hours of 8:00 a.m. to 5:00 p.m., local time. Successful completion and successfully completed mean that equipment and software has been restored to full operation. 2.2 References. VA Handbook 0730 Appendix B. 3.0 Tasks. The Contractor shall perform the following tasks: 3.1 Preventative Maintenance a. Monthly testing, repair and general cleaning of all intrusion and panic systems including panels, panic buttons, contacts, motion sensors sirens, and strobes, to include a monthly written report. b. Monthly maintenance, repair and general cleaning of all Hirsch Access Control Security to include panels, readers, power supplies and locking devices. c. Monthly maintenance, repair and general cleaning of all CCTV equipment to include cameras, monitors, matrix controllers and DVRs 3.2 Repairs a. Repair work should be done during normal business hours unless otherwise directed by the COR. Repairs will be made either from discovery during monthly preventative maintenance or upon service call from the government. Upon discovery or notification of equipment in need of repair or replacement, the contractor shall immediately notify the COR, give the COR an expected date of repair, and timeline as to when the equipment will be fully operational. The COR shall be notified when the equipment is fully operational and back in service. b. Repairs and replacement of equipment shall be performed by the contractor at no additional cost to the government up to the established threshold of $2,500. Repair parts and equipment that exceeds $2,500 will be presented to the COR or Contracting Officer for approval PRIOR to replacement. Individual items exceeding 2,500 will be reimbursed, at cost only. Receipts for reimbursable equipment must be furnished to the COR. 3.3 Relocation of Equipment: a. Relocate equipment as directed in a relocation order issued by the COR. Upon notification of the necessary relocation, the contractor should give the COR an expected date of relocation, and timeline as to when the equipment will be fully operational. 4.0 Reports. The Contractor shall prepare the following reports and submit them as specified. 4.1. Service Incident Report. a.Prepare a Service Incident Report immediately upon the completion of each maintenance service operation. Sign the report and obtain the signature of the person who requested the maintenance service to indicate that the work was completed satisfactorily. Leave a copy of the report with the person who requested the maintenance service. Each Service Incident Report shall contain the following information: "date and time the service request was received, "date and time of Contractor's arrival at the service site, "location of the equipment serviced, "manufacturer, type, model and serial number(s) of each piece of equipment that was serviced or replaced, "time spent performing the service, "description of the cause of the malfunction, "description of any part(s) or components that were replaced, "description of any repairs performed on parts or components that were not replaced, "description of the cause of the malfunction, and "the date and time that service was successfully completed. 4.2 Replaced Equipment Report. a.Report all equipment replacements in each calendar month delivered electronically to the COR of each campus no later than 30 calendar days after the last day of each month. The report shall contain the following information for (a) each item of equipment that was replaced and (b) each item of replacement equipment: "manufacturer, "type, "model, "serial number, "description of equipment, and "location at which the equipment was installed (street address, city, state, zip code). 4.3 Maintenance Summary Report. a.Report all maintenance service calls received in each calendar month summarized by device descriptions. Prepare the report using Microsoft Excel ®. Deliver electronically to the COR of each campus no later than 30 calendar days after the last day of each month. The report shall contain the following information for (a) each component repaired and (b) each no trouble found call received: "Description, "Size of component, "Quantity 4.4 Intrusion and Panic System Testing a.Report all monthly testing of the panic and intrusion alarms. Report the functionality of each device, and what repair was made to any faulty device. Report the campus, location, building number and room number of each device tested. Any device that cannot be repaired shall be brought to the attention of the COR immediately, but shall also be included in the written report. Deliver electronically to the COR of each campus no later than 10 calendar days after the test is performed. 5.0 Performance Requirements Summary. This table specifies the standard for satisfactory performance of the tasks specified in this statement of work. TaskPerformance Standard 3.1 Repair or replace equipment.1.Ninety-five (95) percent of repairs and replacements of noncritical equipment are successfully completed no later than 5:00 p.m. local time on the business day following the date of receipt of the maintenance service call. 2.Ninety-five (95) percent of repairs and replacements of critical equipment are successfully completed within 6 hours after the receipt of the maintenance service call. 3.All replacement equipment conforms to SSA's 508 Electronic and Information Technology Accessibility Requirements. 4.All replacement equipment performs the same functions and performs them at the same level as the equipment that it replaced. 3.2 Relocation of Equipment1.All relocations are completed in strict compliance with relocation orders. 2.All packing material used in the relocation is removed from the Government's premises. 3.All installations comply with state and local building and electrical codes. 4.All installations comply with state seismic regulations. 5.No equipment is damaged during the relocation. 6.Any penetrations that are created during the relocation and/or replacement of equipment shall be firestopped. 4.0 ReportsAll reports are provide the specified information, and are understandable, legible, and timely. Inspections will be based on the standards in the Performance Requirements Summary in the contract Statement of Work. TaskWhat will be inspectedWho will inspect itWhen it will be inspectedWhere it will be inspectedHow it will be inspected 3.1Replaced componentPolice CORAt time of completed replacementAt the location of the replacement.Personal observation. By testing the replaced component. 3.1Repaired componentPolice CORAt the time of the completed repair.At the location of the repair.Personal observation. 3.1Incident ReportPolice CORAt the time of completed repair. Random inspection and/or. in the dispute of a service call.At the end users or SLC location or the Project Officers office.Personal and/or electronic observation. 3.1Return to Service CompliancePolice COREnd of each month and/or randomlyProject Officer locationPersonal observation. 3.2Relocation Activities Deinstallation of equipmentPolice CORDuring the deinstallation process.At the deinstallation site.Personal observation. 3.2Packing of equipmentPolice CORPrior to moving or shipment.At the shipping and receiving site.Visual inspection. 3.2Reinstallation of equipmentPolice CORFollowing reinstallationAt relocation siteSLC performs LAN and connectivity testing 3.2Relocation site and equipmentPolice CORUpon completion of relocation installationAt relocation siteVisual inspection of relocation site and property 4.0Contractor Supplied ReportsPolice CORMonthlyProject Officer locationVisually References: 1. Contract clause: FAR 52.246-4, Inspection of Services?Fixed.-Price (Aug 1996) 2. Statement of Work for Security Systems Preventative Maintenance EQUIPMENT INCLUDED IN THIS ACQUISITION IS AS FOLLOWS: Brooklyn VAMC | 800 Poly Place | Brooklyn, NY 11209 Panic and Intrusion Alarms Central One Receiver P.C., Software and Monitor 21 Intrusion Alarm 160 Panic Alarms Hirsch Access Control System 1 P.C., Software and 1 Monitor 4 Hirsch M-8N Panels 7 Hirsch M-2N Panels 18 H M-16 Panels 78 Hirsch Readers CCTV System 8 - 32" Monitors Pelco 9700 Matrix 8 Panasonic WJHD 316 DVR's 20 PTZ Cameras 120 Stationary Cameras Detective Station St. Albans ECC | 179-00 Linden Blvd | Queens, NY 11425 Panic and Intrusion Alarms Report to Brooklyn V.A. Receiver 18 Intrusion Alarms 46 Panic Alarms Hirsch Access Control System 1 Workstation Software and 1 Monitor 7 Hirsch M-8N Panels 1 Hirsch M-16 Panels 56 Hirsch Readers CCTV System 6 - 20" Monitors 5 Panasonic WJHD 316 DVR's 1 Panasonic WJHD 616 DVR'S 7 PTZ Cameras 73 Stationary Cameras Manhattan Campus | 423 East 23rd Street | Manhattan, NY 10010 Panic and Intrusion Alarms Central One Receiver P.C., Software and Monitor 23 Intrusion Alarm 175 Panic Alarms Hirsch Access Control System 1 Server 3 Workstation Software and 4 Monitor 7 Hirsch M-8N Panels 3 Hirsch M-16 Panels 56 Hirsch Readers CCTV System 5 - 32" Monitors Pelco 9700 Matrix 5 Panasonic WJHD 316 DVR's 1 Panasonic WJHD 616 DVR'S 16 PTZ Cameras 80 Stationary Cameras Detective Station James. J. Peters VAMC | 130 West Kingsbridge Road | Bronx, NY 10468 PRODUCT | MAKE | MODEL | QUANTITY Fixed Camera | Panasonic | WV-CF 284 | 217 PTZ Camera | Panasonic | WV-CS 854 | 20 DVR | Panasonic | WJ-HD 316A | 14 DVR Extension unit | Panasonic | WJ-HDE 300 | 12 DVR (new) | Panasonic | WJ-HD 616 | 1 Matrix Switcher | Panasonic | WJ-SX 650 | 2 Note: Panic alarms Approximately 280 Control Panels for Intrusion and Panic Alarms are either Napco or Honeywell Intrusion Alarms 23 total PROVISIONS AND CLAUSES Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.\ Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda to the clause. 52.203-12LIMITATION ON PAYMENTS TO INFLUENCEOCT 2010 CERTAIN FEDERAL TRANSACTIONS 52.204-7CENTRAL CONTRACTOR REGISTRATIONFEB 2012 52.204-9PERSONAL IDENTITY VERIFICATION OFJAN 2011 CONTRACTOR PERSONNEL 52.217-8OPTION TO EXTEND SERVICESNOV 1999 52.223-5POLLUTION PREVENTION AND RIGHT-TO-KNOWMAY 2011 INFORMATION 52.232-17INTERESTOCT 2010 852.203-70COMMERCIAL ADVERTISINGJAN 2008 852.203-71DISPLAY OF DEPARTMENT OF VETERANSDEC 1992 AFFAIRS HOTLINE POSTER 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 2 days days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 52.252-2 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://farsite.hill.af.mil www.acquisition.gov/far (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of NEW YORK. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. (End of Addendum to 52.212-4) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition. [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). [X] (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [X] (14) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637(d)(2) and (3)). [X] (17) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [X] (23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C 632(a)(2)). [X] (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). [X] (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (30) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [X] (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). [X] (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (34) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [X] (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (39) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). [X] (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (48) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). [X] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Employee Class Monetary Wage-Fringe Benefits 29081 ENGINEERING TECHNICIAN I GS - 3 29082 ENGINEERING TECHNICIAN II GS - 4 29083 ENGINEERING TECHNICIAN III GS - 5 [X] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (End of Addendum to 52.212-5) EVALUATION PROCEDURES to be used are as follows: List of Evaluation Factors: Factor 1: Technical oSub-Factor 1: UNDERSTANDING OF THE REQUIREMENT -The offeror shall submit an offer that demonstrates its understanding of the work described in the SOW and the extent to which potential risks are identified and mitigated. oSub-Factor 2: KEY PERSONNEL - The offeror's offer shall reflect the experience and qualifications of all contractor personnel. The offeror's offer shall include resumes for key personnel identified in the SOW. oSub-Factor 3: CORPORATE EXPERIENCE - The offeror shall submit a summary of work experience of a similar nature, scope, complexity, and difficulty to that which will be performed under the prospective contract contemplated by this solicitation. The summary of work shall include length of time you have been in business providing this type of service. **The following adjectival ratings will be used for the evaluation of Technical offers, to include all sub-Factors** ADJECTIVALDEFINITION OutstandingA offer that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. GoodA offer that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. AcceptableA offer that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. UnacceptableA offer that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the offer. **An unacceptable rating in any of the sub-Factors renders an offer ineligible for award. Factor 2: Past Performance oThe offeror shall submit past performance of two (2) current or previous contracts from no older than three years previous. The submissions should be chosen based on projects of similar dollar value, scope, and complexity. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For offerors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance, or sub-offerors that will perform key aspects of the requirement. The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire. Offerors' shall distribute the questionnaire included in the solicitation as an attachment to their references so the form can be completed and submitted directly to the Government. oOfferors shall complete PART I of the questionnaire and forward it to the "REFERENCE" with instructions to email or fax the completed questionnaire to the Contract Specialist by the solicitation close date and time. oContract Specialist Contact Information: Name: Evonne Huggins Phone: 412.822.3432 Email Address: Evonne.Huggins@va.gov Fax:412.822.3442 Evaluation of Past Performance Offers The Government will evaluate the Past Performance Elements specified in the Past Performance Questionnaire. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For offerors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance, or sub-offerors that will perform key aspects of the requirement. ADJECTIVALDEFINITION Low RiskLittle doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Medium RiskSome doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Unknown RiskLittle or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance. High RiskSignificant doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Factor 3: Price oThe Government will evaluate offers for award purposes by adding the total of all CLIN prices to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using FAR 15.4. Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate price. Evaluation of Price Offer oThe Government will evaluate offers for award purposes by adding the total of all CLIN prices to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using FAR Subpart 15.4. Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate price. Price Realism oPrice realism will be evaluated to ensure that the proposed prices reflect a clear understanding of the work and skills required for contract performance. Price offers determined to be unrealistic in terms of technical commitment or unrealistically low in cost or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risk of the contract requirements and may be grounds for the rejection of the offer. Total Price oAfter the Government has established the total price for the Base Period and each of the Option Periods, it will add these prices together to arrive at the offeror's total evaluated offer price. Factor 4: Veteran Involvement oIn an effort to achieve socioeconomic small business goals, VA will evaluate offerors based on their service-disabled Veteran-owned small business (SDVOSB) or Veteran-owned small business (VOSB) status, and their proposed use of eligible service-disabled Veteran-owned small businesses and Veteran-owned small businesses as subcontractors or team members. Eligible Service-disabled Veteran-owned Offerors will receive an 'Outstanding' rating for this Factor; offerors qualifying as Veteran-owned small businesses will receive a 'Good'; while firms which subcontract 10% or more of the contract value to a SDVOSB or VOSB will receive a 'SatisFactory'. Offerors that are not SDVOSB/VOSB or do not Subcontract to a SDVOSB/VOSB will receive a 'Neutral' rating. Substantiating documents such as teaming agreements must be submitted with the price quotation. To receive credit, an Offeror must be registered and verified in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov). Evaluation of Veteran Involvement oIn an effort to achieve socioeconomic small business goals, VA will evaluate offerors based on their service-disabled Veteran-owned small business (SDVOSB) or Veteran-owned small business (VOSB) status, and their proposed use of eligible service-disabled Veteran-owned small businesses and Veteran-owned small businesses as subcontractors or team members. Eligible Service-disabled Veteran-owned Offerors will receive an 'Outstanding' rating for this Factor; offerors qualifying as Veteran-owned small businesses will receive a 'Good'; while firms which subcontract 10% or more of the contract value to a SDVOSB or VOSB will receive a 'SatisFactory'. Offerors that are not SDVOSB/VOSB or do not Subcontract to a SDVOSB/VOSB will receive a 'Neutral' rating. Substantiating documents such as teaming agreements must be submitted with the price quotation. To receive credit, an Offeror must be registered and verified in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov). ADJECTIVALDEFINITION OutstandingOfferor is a registered Service-Disabled Veteran-Owned Small Business (SDVOSB) GoodOfferor is a registered Veteran-Owned Small Businesses (VOSB) SatisFactoryOfferor will subcontract 10% or more of the contract value to a SDVOSB or VOSB NeutralOfferor is not a SDVOSB or VOSB and will not subcontract 10% or more to a SDVOSB/VOSB Basis for Award oThe Government will award a contract from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is most advantageous to the Government based on the best overall offer that is determined to be the most beneficial to the Government, with appropriate consideration given to all evaluation Factors: { Technical, Past Performance, Price and Veteran Involvement }. Factor 1- Technical is equal to Factor 2- Past Performance but significantly more important than Factor 3- Price and Factor4- Veteran Involvement. All sub-Factors under Factor 1- Technical are of equal importance. Factor 2- Past Performance is significantly more important than Factor 3- Price. The Contracting Officer shall also conduct a price analysis in accordance with FAR 15.4 oThe non-Price Factors combined are significantly more important than Factor 3-Price. However, price will become significantly more important as non-price Factors approach equality. Offerors are cautioned that the award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior technical performance than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior technical performance. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor 1, and its associated sub-Factors (Understanding of Requirement, Key Personnel, Corporate Experience, and Quality Control Plan) and a rating of no less than "Unknown Risk" must be achieved for Factor 2- Past Performance. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a technical, past performance, price and veteran involvement standpoint. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. oThe Contracting Officer may establish a competitive range comprised of all of the most highly rated offers, unless the range is further reduced for reasons of efficiency. The Contracting Officer may limit the number of offers in the competitive range to the number that will permit an efficient competition among the most highly rated offers. Offerors will be required to submit a technical, past performance and price offer and will be evaluated against four evaluation Factors. To determine which firm represents the best value, the offers will be evaluated as outlined below. Intent to Award without Discussions It is the Government's intent to award without discussions with offerors; however, clarification issues may be addressed when appropriate (e.g., additional information to supplement or validate the information furnished in the offers). Discussions will be conducted with all offerors whose offers are within the competitive range if this is determined to be in the best interest of the Government. Determination of the competitive range will be made by the CO after consultation with the evaluation teams. Evaluators' knowledge of the requirement may result in their being selected to serve as an expert/consultant to the CO. This may require their presence and participation in discussions with offerors. The CO will be the Lead Negotiator, and serve as the voice for the Government team during any clarification sessions or discussions. Competitive Range If the contract is not awarded based on the initial offers, the CO will prepare a written determination that establishes the competitive range. The CO will issue written notification to all offerors determination to be outside the competitive range. Offers outside the competitive range will be eliminated from further evaluation. Offerors whose offers are outside the competitive range may request a debriefing from the CO within three (3) business days of receipt of the notification. Offer Expense and Pre-award Costs The RFP does not commit the Government to pay any costs incurred in the preparation and submission of the initial and/or subsequent offers, or for any other costs incurred prior to execution of the contract. WD 05-2375 (Rev.-12) was first posted on www.wdol.gov on 06/19/2012 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2375 Diane C. Koplewski Division of | Revision No.: 12 Director Wage Determinations| Date Of Revision: 06/13/2012 _______________________________________|____________________________________________ State: New York Area: New York Counties of Bronx, Kings, New York, Putnam, Queens, Richmond, Rockland, Westchester OCCUPATION NOTE: Janitor: The rate for the Janitor occupation applies to Putnam, Rockland, and Weschester Counties only. See Wage Determination 1977-0225 for wage rates and fringe benefits for Bronx, Kings, New York, Queens, and Richmond Counties. ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 23000 - Mechanics And Maintenance And Repair Occupations 23181 - Electronics Technician Maintenance I 24.19 23182 - Electronics Technician Maintenance II 29.17 23183 - Electronics Technician Maintenance III 31.14 23290 - Fire Alarm System Mechanic 21.67 23931 - Telecommunications Mechanic I 30.91 23932 - Telecommunications Mechanic II 32.20 30000 - Technical Occupations 30081 - Engineering Technician I 19.98 30082 - Engineering Technician II 22.47 30083 - Engineering Technician III 25.28 30084 - Engineering Technician IV 31.22 30085 - Engineering Technician V 38.08 30086 - Engineering Technician VI 46.07 _________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.71 per hour or $148.40 per week or $643.07 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac99d7eb758b1b77b432fc6bd4d8a1fa)
 
Record
SN02890106-W 20120921/120920001333-ac99d7eb758b1b77b432fc6bd4d8a1fa (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.