Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2013 FBO #4318
DOCUMENT

R -- Replace existing iccom (TS1000) underground fuel montoring with new incon monitors with printers . - Attachment

Notice Date
9/18/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VAMC Togus;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
VA24113Q1155
 
Response Due
9/23/2013
 
Archive Date
10/23/2013
 
Point of Contact
William A Nalls
 
E-Mail Address
3-8411
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-241-13-Q-1155 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA-241-13-Q-1155 and is issued as a Request For Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-69, 03 Sep 2013. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://acquisition.gov/far/ (FAR) and http://www.va.gov/OAL/library/vaar/index.asp (VAAR). (iv) This solicitation is issued as a small business set aside. The North American Industry Classification System (NAICS) code is 541330, and the size standard is $14.0 million. (v) This requirement consists of three (3) line items: 1.Replace 2x Gasoline and Diesel Dispensers near Building #32 2.Replace 3x 25,000 Gallon Fuel Tank Covers near Building #22 3.Replace 7x ICCON (TS1000) with ICCON (TS1001) underground fuel monitoring monitors and printers (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: 1.Vendor shall remove and dispose of two existing fuel dispensers located at building #32. Vendor shall decommission the stage II vapor recovery system for the Gasoline system, and install 2 new dispensers, 1 Gasoline & 1 Diesel. Dispensers shall be a GasBoy 9153K single suction pump or better with pulsar, light, internal filter, hose, nozzle, breakaway & swivel. New fuel hose hangers/extractors shall be installed with the dispensers. Vendor shall remove existing fill spill bucket assembly for the Gasoline and supply and install OPW 1-SC2115 grade level spill containment with new drop tube, fill cap and adapter on existing tank riser for the Gasoline. Restore concrete and pin to concrete pad. Vendor shall install all equipment as per Code and all Industry Standards in effect at the time of installation. Vendor shall be responsible for all labor, materials, special tools, and any other requirements to perform the work. 2.Vendor shall saw cut, excavate and remove 3 ea - 36" manhole cover assemblies for the tank entry ends of the 25,000 gallon UST's located near building #22, Boiler Plant. Vendor shall excavate & install sleeves and stone for proper drainage, supply & install three new 42" manholes & cover assemblies, restore concrete and pin to tank pad. The new manholes and covers will be 42"of the high strength fiberglass type for easier removal as is currently used on the piping sump manholes. Vendor is responsible for disposing excavated materials. Vendor shall install all equipment as per Code and all Industry Standards in effect at the time of installation. Vendor shall be responsible for all labor, materials, special tools, and any other requirements to perform the work. 3.Vendor will replace existing INCON (TS 1000) underground fuel monitors (7 ea.), and replace with new INCON (TS1001) monitors with printers. Monitor locations are located at buildings 22, 93, 94, & two at building 70. Vendor will reuse existing probes, sensors, wiring and conduits for monitors. Vendor will set-up new units and all existing data shall be re-entered into the new units and tested for proper operation. Vendor shall install and test for proper operation, new overfill alarms (7 ea.) with horn, strobe, and acknowledge switch. These will be located outside of each building near each tanks fill port for the locations listed above. Vendor shall be responsible for all labor, materials, special tools, and any other requirements to perform the work. Vendor shall provide Manufacturer Installation and User manuals, keys, and all other pertinent information to the Contracting Officer's Representative (COR) prior to close out of the project. (vii) Place of Performance/Delivery is FOB Destination to VA Medical Center, 200 Springs Road, Bedford, MA 01730 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda: VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-74 Award Without Exchanges (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. 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: (i)Price (ii)Past Performance Price - Pricing shall be evaluated based on the best value for the Government. Quotations should include the price per line item in section (v) above, with a breakdown per item. Past performance - offeror shall provide (3) references of work, similar in scope with contract information, a brief description of the work completed, and a contract # (if applicable). References will be checked by the Contracting Officer to ensure the offeror has successfully performed on a relevant effort so that an appropriate risk assessment can be performed as to the company's capability to perform the Statement of Work. References can be attached to the price proposal submitted. Relevant past performance will be considered as part of the best value determination (deemed acceptable or non-acceptable). Veteran Preference - In accordance with 852.215-70 - 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). This factor is the least important consideration in the best value determination and will not be the sole determinant in the best value decision. This factor will be considered along with the price and past performance in their entirety. Representations and Certifications - Offerors must also ensure they complete "Offeror Representations and Certifications - Commercial Items" by either completing representations and certifications in SAM (https://www.sam.gov) or filling out 52.212-3. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from https://acquisition.gov/far/. Offeor may also provide a print out of their reps and certs from SAM as stated above (https://www.sam.gov). (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.232-72 Electronic Submission of Payment Requests. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-8, 52.219-28, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) Wage Determination 05-2255 (rev.-15) is in effect and is attached as a PDF file. (xiv) RESPONSES ARE DUE Monday 9/23/2013 at 15:00PM eastern standard time (EST). Electronic offers are preferred and will be accepted at William.nalls@va.gov or fax quote to 207-626-4710 attention Bill Nalls, Contracting Officer. Quotes may also be mailed to: William Nalls, Contracting Officer (90C), 1 VA Center, Augusta, ME 04330. (xv) Contact information: Contracting Office Address: Department of Veterans Affairs VA Maine Healthcare System 1 VA Center Augusta, ME 04330 Place of Performance: VA Bedford Healthcare System 200 Springs Road Bedford, MA 01730-1114 Primary Point of Contact.: William Nalls Contracting Officer William.nalls@va.gov Phone: 207-623-8411
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24113Q1155/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-13-Q-1155 A00001 VA241-13-Q-1155 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1010365&FileName=VA241-13-Q-1155-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1010365&FileName=VA241-13-Q-1155-A00001000.docx

 
File Name: VA241-13-Q-1155 A00001 Wage Determination 05-2255.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1010366&FileName=VA241-13-Q-1155-A00001001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1010366&FileName=VA241-13-Q-1155-A00001001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Bedford VA Medical Center;200 Springs Road;Bedford, MA
Zip Code: 01730
 
Record
SN03193819-W 20130920/130918235939-9521081805c25328b633c155bb38bcf3 (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.