Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2014 FBO #4493
DOCUMENT

J -- Elevator Maintenance Services for the VA Hines Information Technology Center (HITC), Data Center Operations (DCO) - Attachment

Notice Date
3/12/2014
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;Acquisition Business Service;Office of Acquisition Operations (003B);425 I Street, NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10114Q0095
 
Response Due
3/17/2014
 
Archive Date
5/16/2014
 
Point of Contact
VA Central Office
 
E-Mail Address
02)632-5465<br
 
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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation as implemented by FAR Subpart 13.1; quotations are being requested and a written solicitation will not be issued. The Department of Veteran Affairs (VA) is hereby issuing a Request for Quotation (RFQ) VA101-14-Q-0095 as a 100% Service Disable Veteran Owned Small Business (SDVOSB) set-aside. This solicitation document incorporates all mandatory commercial item provisions and clauses in effect through Federal Acquisition Circular 05-72. The simplified acquisition procedures of FAR Part 13 are applicable to this procurement. The North American Industrial Classification System (NAICS) code is 238290, Product Service Code of category J, with the small business size standard is $14M. 1.REQUIREMENTS: The VA Hines Information Technology Center (HITC), Data Center Operations (DCO) requires elevator maintenance services located in Hines, IL. The period of performance is a base year with four (4) option years. The Performance Work Statement (PWS), Instructions and Price Schedule are attached herein. 2.EVALUATION FACTORS & BASIS OF AWARD: The VA intends to award one Firm Fixed Price contract for a base and four (4) options to the Quoter that represents the lowest price technically acceptable offer. The technical evaluation factors for this procurement are Lowest Price Technically Acceptable (LPTA). Criteria under the LPTA process are evaluated on a pass/fail basis. No other rating or qualitative value will be assigned. To be determined technically acceptable, all technical factors must be acceptable to obtain a pass rating. Award will be made to the lowest price, technically acceptable, responsible Quoter with satisfactory past performance. The contract resulting from this solicitation will be awarded based on the following evaluation factors: a.Technical Capability Factor: Capability of meeting requirements, delivery schedule and inclusion of non-expired licenses as necessary. b.Past Performance (List of References): The Government will evaluate three (3) past performance references of similar work completed within the last 3 years. Provide: "Name(s), telephone numbers, email address(es) of principal officials in charge of the project who are familiar with your performance. "A description of the work performance, "The agency/company or individuals you worked for, "The overall cost/price and location of the contracts, "Contract numbers (if government contract). The Government reserves the right to evaluate past performance via the Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov. c.Responsibility: Quoters must meet the standard for FAR 9.104. d.Price: For quotations which meet all other evaluation factors, award will be made to the lowest Quoter based on price. Mandatory: The Quoter must submit the attached Price Schedule that shall constitute total and complete pricing as delineated with the specified CLIN structure. Failure to submit all requirements information as set forth this solicitation shall be evaluated as fail and/or may result in a Quoter being removed from consideration for non-responsiveness. All Quoters must be registered in the System for Award Management (SAM) via https://www.sam.gov, or by calling 1-866-606-8220. Solicitation Provisions / Clauses: This solicitation document incorporates all mandatory commercial item provisions and clauses that can be viewed in full text via http://farsite.hill.af.mil and/or http://www.acquisition.gov/far/. The following FAR provisions/clauses and supplemental agency VAAR provisions/clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Required Submission with Quotation) FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items The following FAR clauses identified under paragraph (b) of 52.212-5 are applicable to this acquisition: (8), (9), (10), (24), (28),(29),(30),(31), (32), (33), (34), (35),(40),(50), (c,1), (c,3), FAR 52.204-7, Central Contractor Registration (now SAM). FAR 52.209-5DEV, Representation by Corporations Regarding an Unpaid Tax Liability Or A Felony Conviction Under Any Federal Law - Deviation (MAR 2012) FAR 52.209-7, Information Regarding Responsibility Matters (JUL 2013) FAR 52.222-1, Notice to the Government of Labor Disputes (FEB 1997) FAR 52.228-5, Insurance - Work on a Government Installation (JAN 1997) FAR 52.237-1, Site Visit (APR 1984) FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation (APR 1984) FAR 52.237-3, Continuity of Services (JAN 1991) FAR 52.211-11, Liquidated Damages - Supplies, Services, or Research and Development (SEP 2000). FAR 52.217-5, Evaluation of Options (JUL 1990). FAR 52.217-6, Option for Increased Quantity (MAR 1989) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) VAAR 852.203-70, Commercial Advertising (JAN 2008) VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements (DEC 2009) VAAR 852.219-10, VA Notice of Total Service-Disable Veteran-Owned Small Business Set-Aside (DEC 2009) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70, Contractor Responsibilities (APR 1984) VAAR 852.246-71, Inspection (JAN 2008) VAAR 852.270-1, Representatives of Contracting Officers (JAN 2008) VAAR 852.273-70, Late Offers (JAN 2003) VAAR 852.273-74, Award Without Exchanges (JAN 2003) Quotation Submission: Submissions will be accepted only in electronic form to Wendy Kwong, Contract Specialist at email Wendy.Kwong1@va.gov. The subject line of the email submission must contain the solicitation number, be signed, and dated. Quotation Submission Deadline: Quotations must be received by Monday, March 17, 2014 NLT 12:00 p.m./EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10114Q0095/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-14-Q-0095 VA101-14-Q-0095.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1249961&FileName=VA101-14-Q-0095-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1249961&FileName=VA101-14-Q-0095-000.docx

 
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: Department of Veterans Affairs;HINES INFORMATION TECHNOLOGY CENTER, DCO;5th Ave & Roosevelt Road;Building 215;Hines, IL
Zip Code: 60141
 
Record
SN03309011-W 20140314/140312235159-5c7ef9e776226727903dcf7fd3ebd6fb (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.