Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2013 FBO #4306
SOLICITATION NOTICE

H -- OPTION - Elevator Maintenance

Notice Date
9/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1201 NW 16th street, Maimi, FL 33011
 
ZIP Code
33011
 
Solicitation Number
VA248-13-Q-2778A
 
Response Due
9/11/2013
 
Archive Date
3/10/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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.The solicitation number is VA248-13-Q-2778A and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 541350 with a small business size standard of $7.00M.This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-09-11 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be, null null The VHA NCO 08 - 546 - Miami, FL requires the following items, Meet or Exceed, to the following: Base Period of Performance: 08/01/2013 - 07/31/2014 LI 001: Vendor will be required to provide all labor, materials, equipment, manpower and supervision to perform annual and semi-annual elevator inspections, 17, EA; LI 002: Hydraulic elevator inspection to be performed per ASME specifications for five (5) elevators, 5, EA; LI 003: Traction elevator inspection to be performed per ASME standards, requirements includes testing of governor, for seventeen (17) traction elevators., 17, EA; LI 004: Hydraulic elevator inspection to be performed per ASME standards, requirements includes testing of pressure relief valve, for five (5) hydraulic elevators., 5, EA; LI 005: Dumbwaiter inspection per ASME standards., 2, EA; Option 1 Period of Performance: 08/01/2014 - 07/31/2015 LI 001: Vendor will be required to provide all labor, materials, equipment, manpower and supervision to perform annual and semi-annual elevator inspections, 17, EA; LI 002: Hydraulic elevator inspection to be performed per ASME specifications for five (5) elevators, 5, EA; LI 003: Traction elevator inspection to be performed per ASME standards, requirements includes testing of governor, for seventeen (17) traction elevators., 17, EA; LI 004: Hydraulic elevator inspection to be performed per ASME standards, requirements includes testing of pressure relief valve, for five (5) hydraulic elevators., 5, EA; LI 005: Dumbwaiter inspection per ASME standards., 2, EA; Option 2 Period of Performance: 08/01/2015 - 07/31/2016 LI 001: Vendor will be required to provide all labor, materials, equipment, manpower and supervision to perform annual and semi-annual elevator inspections, 17, EA; LI 002: Hydraulic elevator inspection to be performed per ASME specifications for five (5) elevators, 5, EA; LI 003: Traction elevator inspection to be performed per ASME standards, requirements includes testing of governor, for seventeen (17) traction elevators., 17, EA; LI 004: Hydraulic elevator inspection to be performed per ASME standards, requirements includes testing of pressure relief valve, for five (5) hydraulic elevators., 5, EA; LI 005: Dumbwaiter inspection per ASME standards., 2, EA; Option 3 Period of Performance: 08/01/2016 - 07/31/2017 LI 001: Vendor will be required to provide all labor, materials, equipment, manpower and supervision to perform annual and semi-annual elevator inspections, 17, EA; LI 002: Hydraulic elevator inspection to be performed per ASME specifications for five (5) elevators, 5, EA; LI 003: Traction elevator inspection to be performed per ASME standards, requirements includes testing of governor, for seventeen (17) traction elevators., 17, EA; LI 004: Hydraulic elevator inspection to be performed per ASME standards, requirements includes testing of pressure relief valve, for five (5) hydraulic elevators., 5, EA; LI 005: Dumbwaiter inspection per ASME standards., 2, EA; Option 4 Period of Performance: 08/01/2017 - 07/31/2018 LI 001: Vendor will be required to provide all labor, materials, equipment, manpower and supervision to perform annual and semi-annual elevator inspections, 17, EA; LI 002: Hydraulic elevator inspection to be performed per ASME specifications for five (5) elevators, 5, EA; LI 003: Traction elevator inspection to be performed per ASME standards, requirements includes testing of governor, for seventeen (17) traction elevators., 17, EA; LI 004: Hydraulic elevator inspection to be performed per ASME standards, requirements includes testing of pressure relief valve, for five (5) hydraulic elevators., 5, EA; LI 005: Dumbwaiter inspection per ASME standards., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 08 - 546 - Miami, FL intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 08 - 546 - Miami, FL is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contracting Order of Priority: The contracting officer may consider, in the following order of priority, contracting preferences that ensure contracts will be awarded: (a) To SDVOSBs; (b) To VOSB, including but not limited to SDVOSBs; (c) Pursuant to (1) Section 8(a) of the Small Business Act (15 U.S.C. 637(a)); or (2) The Historically-Underutilized Business Zone (HUBZone) Program (15 U.S.C. 657a); and (d) Pursuant to any other small business contracting preference. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. Please complete and sign the required RFQ document, with the exception of pricing, which may only be entered into FedBid. Also, please provide any certificates showing the technical capability to perform the work specified as indicated in the Performance Work Statement in the RFQ document. The effective dates on the possible award of a contract are subject to the the flexibility of the date of award and may change. Contracting Order of Priority: The contracting officer may consider, in the following order of priority, contracting preferences that ensure contracts will be awarded: (a) To SDVOSBs; (b) To VOSB, including but not limited to SDVOSBs; (c) Pursuant to (1) Section 8(a) of the Small Business Act (15 U.S.C. 637(a)); or (2) The Historically-Underutilized Business Zone (HUBZone) Program (15 U.S.C. 657a); and (d) Pursuant to any other small business contracting preference. (a) Except as required by 8.003, or as otherwise provided by law, agencies shall satisfy requirements for supplies and services from or through the sources and publications listed below in descending order of priority -- (2) Services. (i) Services which are on the Procurement List maintained by the Committee for Purchase From People Who Are Blind or Severely Disabled (see Subpart 8.7); (ii) Mandatory Federal Supply Schedules (see Subpart 8.4); (iii) Optional use Federal Supply Schedules (see Subpart 8.4); and (iv) Federal Prison Industries, Inc. (see Subpart 8.6), or commercial sources (including educational and nonprofit institutions). (b) Sources other than those listed in paragraph (a) of this section may be used as prescribed in 41 CFR 101-26.301 and in an unusual and compelling urgency as prescribed in 6.302-2 and in 41 CFR 101-25.101-5. (c) The statutory obligation for Government agencies to satisfy their requirements for supplies or services available from the Committee for Purchase From People Who Are Blind or Severely Disabled also applies when contractors purchase the supplies or services for Government use. No partial shipments are permitted unless specifically authorized at the time of award. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC/VAMCCO80220/VA248-13-Q-2778A/listing.html)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN03178111-W 20130908/130907000133-b17ce78020accc0edbaf1db6ea7eaed9 (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.