SOLICITATION NOTICE
H -- OPTION - AIRFLOW TESTING, ADJUSTING & RE-BALANCING
- Notice Date
- 9/11/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Louis A Johnson VAMC, Clarksburg, WV 26301
- ZIP Code
- 26301
- Solicitation Number
- VA244-13-Q-1821
- Response Due
- 9/23/2013
- Archive Date
- 3/22/2014
- Point of Contact
- Name: Alison Klein, Title: Contract Specialist, Phone: 3046233461, Fax: 3046237637
- E-Mail Address
-
alison.klein@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.The solicitation number is VA244-13-Q-1821 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 238220 with a small business size standard of $14.00M.This requirement is a [ Small Business ] 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 2013-09-23 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Clarksburg, WV 26301 The VHA NCO 04 - 540 - Clarksburg, WV requires the following items, Meet or Exceed, to the following: Base Period of Performance: 10/01/2013 - 09/30/2014 LI 001: Contract Period: Base POP Begin: 10/01/2013 POP End: 09/30/2014 1ST QUARTER OCT-DEC AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 002: Contract Period: Base POP Begin: 10/01/2013 POP End: 09/30/2014 2ND QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 003: Contract Period: Base POP Begin: 10-01-2013 POP End: 09-30-2014 3RD QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 004: Contract Period: Base POP Begin: 10-01-2013 POP End: 09-30-2014 4TH QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; Option 1 Period of Performance: 10/01/2014 - 09/30/2015 LI 001: Contract Period: Option Year 1 POP Begin: 10/01/2014 POP End: 09/30/2015 1ST QUARTER OCT-DEC AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 002: Contract Period: Option Year 1 POP Begin: 10/01/2014 POP End: 09/30/2015 2ND QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 003: Contract Period: Option Year 1 POP Begin: 10-01-2014 POP End: 09-30-2015 3RD QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 004: Contract Period: Option Year 1 POP Begin: 10-01-2014 POP End: 09-30-2015 4TH QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; Option 2 Period of Performance: 10/01/2015 - 09/30/2016 LI 001: Contract Period: Option Year 2 POP Begin: 10/01/2015 POP End: 09/30/2016 1ST QUARTER OCT-DEC AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 002: Contract Period: Option Year 2 POP Begin: 10/01/2015 POP End: 09/30/2016 2ND QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 003: Contract Period: Option Year 2 POP Begin: 10-01-2015 POP End: 09-30-2016 3RD QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 004: Contract Period: Option Year 2 POP Begin: 10-01-2015 POP End: 09-30-2016 4TH QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; Option 3 Period of Performance: 10/01/2016 - 09/30/2017 LI 001: Contract Period: Option Year 3 POP Begin: 10/01/2016 POP End: 09/30/2017 1ST QUARTER OCT-DEC AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 002: Contract Period: Option Year 3 POP Begin: 10/01/2016 POP End: 09/30/2017 2ND QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 003: Contract Period: Option Year 3 POP Begin: 10-01-2016 POP End: 09-30-2017 3RD QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 004: Contract Period: Option Year 3 POP Begin: 10-01-2016 POP End: 09-30-2017 4TH QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; Option 4 Period of Performance: 10/01/2017 - 09/30/2018 LI 001: Contract Period: Option Year 4 POP Begin: 10/01/2017 POP End: 09/30/2018 1ST QUARTER OCT-DEC AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 002: Contract Period: Option Year 4 POP Begin: 10/01/2017 POP End: 09/30/2018 2ND QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 003: Contract Period: Option Year 4 POP Begin: 10-01-2017 POP End: 09-30-2018 3RD QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; LI 004: Contract Period: Option Year 4 POP Begin: 10-01-2017 POP End: 09-30-2018 4TH QUARTER JAN-MAR AIR FLOW TESTING, ADJUSTING & REBALANCING, 1, JB; 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 04 - 540 - Clarksburg, WV 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 04 - 540 - Clarksburg, WV 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. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within. (End of Clause) (a) The Government may extend the term of this contract by written notice to the Contractor by the first day of each fiscal year of the Government or within 60 days after funds for that fiscal year become available, whichever date is later; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 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 provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed. (End of Clause) 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 (VA244-13-Q-1821), 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. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) (a) Definitions. As used in this clause? (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA?s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. (End of Clause) 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 WV and 2% B&O CITY of CLARKSBURG TAX. 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) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that? (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that? (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of Provision) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Provision) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: Lowest Price Technically Acceptable. (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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA244-13-Q-1821/listing.html)
- Place of Performance
- Address: Clarksburg, WV 26301
- Zip Code: 26301-4199
- Zip Code: 26301-4199
- Record
- SN03183753-W 20130913/130911235719-b7ca24bb7ee33bd530957c672a4d0ab4 (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 |