DOCUMENT
Z -- 600-14-2-5667-0507, COOLING TOWER CLEANING - BASE + 4OY For VA Long Beach Healthcare Systems - Attachment
- Notice Date
- 4/9/2014
- Notice Type
- Attachment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26214Q0624
- Response Due
- 4/22/2014
- Archive Date
- 5/7/2014
- Point of Contact
- Tue Minh Tran
- E-Mail Address
-
tue.tran@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- I.This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All offeror(s) must also be registered on www.sam.gov. Any amendment(s) issued to this solicitation will ONLY be available on the www.FBO.gov website. II. This solicitation is issued as a request for quotation (RFQ). When submitting quote, offeror(s) shall indicate the RFQ# VA262-14-Q-0624 on the quote and may use a company letterhead as a formal quote or fill in the schedule below (para. VI) with the firm's best offer. Quote shall be submitted electronically via email at tue.tran@va.gov or faxed to 562-346-1739. All quotes must be received no later than April 22, 2014, 1:00 PM PST; quotes received after this time will be considered non-responsive and will not be considered. All question(s) pertaining to this RFQ shall be submitted via email to tue.tran@va.gov no later than 4/21/2014, 8:00 AM PST. Questions received the deadline will not be entertained. III.This solicitation is subject to the Service Contract Act of 1965 and Department of Labor Prevailing Wages. IV.A site visit has been scheduled for 4/18/2014 at 10:00 AM PST, located at 5901 E. 7th St, Building 5, Long Beach, CA 90822. Offeror(s) that plan to attend the site visit shall email Tue Tran at tue.tran@va.gov with the following information: Name of company, name of person attending the site visit, and phone number. Attendee(s) of the site visit shall bring a state issued I.D. for verification purposes. Site visit is not mandatory, but is highly encouraged and recommended so offeror(s) can familiarize and inspect the site of the service and clear any ambiguities in regards to this solicitation. Attending the site visit will also assist in providing offeror(s) of providing quotes that are more fair and accurate. In no event shall failure to attend the site visit constitute grounds for a claim after contract award. V. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. VI. This solicitation is a total small business set aside. The North American Industry Classification System Code (NAICS) is 541620 and the size standard is $14 million. i.This combined solicitation/synopsis is for services to maintenance, clean, and disinfect a 4 cell cooling tower in accordance with the attached Statement of Work (SOW). Services will perform two (2) times a year, with a 6 month interval between each service. 1st service shall be performing during the first week of May of every year; and the 2nd shall be performing during the first week of December of every year. SCHEDULE: BASE YEAR: Period of Performance - 5/1/2014 through 4/30/2015 CLIN DESCRIPTIONQUANTITYUNITPRICE/COST 1Cooling Tower Service. 2 services per year.2JB (JOB)$ TOTAL COST$ OPTION YEAR 1: Period of Performance - 5/1/2015 through 4/30/2016 CLIN DESCRIPTIONQUANTITYUNITPRICE/COST 1Cooling Tower Service. 2 services per year.2JB (JOB)$ TOTAL COST$ OPTION YEAR 2: Period of Performance - 5/1/2016 through 4/30/2017 CLIN DESCRIPTIONQUANTITYUNITPRICE/COST 1Cooling Tower Service. 2 services per year.2JB (JOB)$ TOTAL COST$ OPTION YEAR 3: Period of Performance - 5/1/2017 through 4/30/2018 CLIN DESCRIPTIONQUANTITYUNITPRICE/COST 1Cooling Tower Service. 2 services per year.2JB (JOB)$ TOTAL COST$ OPTION YEAR 4: Period of Performance - 5/1/2018 through 4/30/2019 CLIN DESCRIPTIONQUANTITYUNITPRICE/COST 1Cooling Tower Service. 2 services per year.2JB (JOB)$ TOTAL COST$ VII.Services shall be begin after contract award and shall be perform at 5901 E. 7th St, Building 5, Long Beach, CA 90822.. VIII.FAR 52.212-1, Instructions to Offeror -- Commercial Items (Jun, 2008), applies to this acquisition. IX.FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a Firm Fixed Price (FFP) contract to the responsive and responsible offeror whose offer, conforming to the requirements in this RFQ and SOW; will be most advantageous to the Government, price and other factors considered. A best value award will be made based upon Lowest Price Technically Acceptable evaluation factors. Factors will be on pass or fail basis. i.Technical 1: Contractor employee(s) shall have attended and provide proof of 10 Hours OSHA Safety Training. Supervisor(s) that are on site shall provide proof of a minimum of 30 Hours of OSHA Safety Training. ii.Technical 2: Provide three (3) past performance history within the last three (3) years that are in the same complexity and nature of the requested service herein. iii.Technical 3: Provide three (3) customer references within the last three (3) years with satisfactory results. iv.Price: Lowest price X.The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011), with the quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. XI.FAR clause 52.212-4 Contract Terms and Conditions - Commercial Items (Jun, 2010), applies to this acquisition. XII.FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr, 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.204- 10, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-34, 52.222-41, and 52.222-42. XIII.PROVISIONS AND CLAUSES: The following provisions and clauses from the Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) that are included in this solicitation are incorporated by reference, with the same force and effect as if it was in full text. This is implemented through FAR/VAAR provisions: 52.252-1, 52.252-2, and 852.252-70. Offeror may view the full text of a provision or clause at these following websites: 1.www.acquisition.gov 2.www.farsite.hill.af.mil 3.www.va.gov/oal/library/vaar/vaarpdf.asp XIV.The following FAR Clauses are also applicable to this acquisition: 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-41 Service Contract Act of 1965, 52.228-5 Insurance -- Work on a Government Installation, 52.232-18 Availability of Funds, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-3 Protest After Award Alternate I (Jun 1985). XV.The following FAR Provisions are also applicable to this acquisition: 52.216-1 Type of Contract, 52.217-5 Evaluation of Options, 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts), 52.233-2 Service of Protest, and 52.237-1 Site Visit XVI.The following VAAR Clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising, 852.232-72, Electronic Submission of Payment Requests, and 852.237-70 Contractor Responsibilities. XVII.The following VAAR Provisions are also applicable to this acquisition: 852.215-70 Service-Disabled Veteran-Owned Business Evaluation Factors, 852.233-70 and Protest Content/Alternative Dispute Resolution. XVIII.The following attachments can be found at www.fbo.gov under RFQ# VA262-14-Q-0624: 1.Statement of Work (SOW) 2.Department of Labor (DOL) Prevailing Wages 3.VHA Directive 2008-010 - Prevention of Legionella Disease
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26214Q0624/listing.html)
- Document(s)
- Attachment
- File Name: VA262-14-Q-0624 VA262-14-Q-0624.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300327&FileName=VA262-14-Q-0624-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300327&FileName=VA262-14-Q-0624-000.docx
- File Name: VA262-14-Q-0624 P01 - SOW - COOLING TOWERS - 600-14-2-5667-0507.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300328&FileName=VA262-14-Q-0624-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300328&FileName=VA262-14-Q-0624-001.docx
- File Name: VA262-14-Q-0624 P12 - VHA DIRECTIVE 2008-010 - PREVENTION OF LEGIONELLA DISEASE.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300329&FileName=VA262-14-Q-0624-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300329&FileName=VA262-14-Q-0624-002.pdf
- File Name: VA262-14-Q-0624 SXX - DOL PREVAILING WAGES - 600-14-2-5667-0507.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300330&FileName=VA262-14-Q-0624-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300330&FileName=VA262-14-Q-0624-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-14-Q-0624 VA262-14-Q-0624.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300327&FileName=VA262-14-Q-0624-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Long Beach Healthcare Systems;5901 E. 7th St;Building 5;Long Beach, CA
- Zip Code: 90822
- Zip Code: 90822
- Record
- SN03333664-W 20140411/140410021014-cd9ba78220e971df3bbfd052d321ceac (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 |