Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2014 FBO #4688
DOCUMENT

N -- INSTALLATION OF LOCKING DEVICES AND AIPHONE SYSTEMS - Attachment

Notice Date
9/23/2014
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0981
 
Response Due
9/26/2014
 
Archive Date
10/26/2014
 
Point of Contact
Victoria Rone
 
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 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA249-14-Q-0981 is issued as a Request for Quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is Small Business (SB). The NAICS is 238210 and the small business size standard is $14.0 Million. Introduction: The government anticipates awarding a Firm Fixed Price award, lowest price technically acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements and meets or exceeds the acceptability standards. Description of Services: The contractor shall provide all labor, supervision, supplies, tools, equipment, materials, quality control, clean-up and disposal to furnish and install all necessary equipment, and wiring to provide securing of two sets of double doors in the Dialysis Clinic at the Department of Veterans Affairs Medical Center Memphis. Place of Performance: Department of Veterans Affairs Medical Center Memphis, 1030 Jefferson Avenue, Memphis, Tennessee 38104. Period of Performance: October 1, 2014 (Estimated Contract Completion Time Two (2) Days from Notice to Proceed) The following clauses and provisions apply to this solicitation: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors--Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-aside of Orders 52.222-3, Convict Labor 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest after Award 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html Submission of Quote: The Offeror shall submit their quote on company letterhead and shall include unit price, total, unit quantity, terms of any express warranty, unit price, overall total price, applicable shipping charges and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. All prospective bidders must include appropriate references which must include all applicable company information. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror should provide past performance evidence. Past performance will be evaluated on an "acceptable" or "unacceptable" basis using the ratings in the table below based on the answers to the above capabilities questionnaire. The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror's record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability "unknown" shall be considered "acceptable." All questions regarding this solicitation must be submitted by e-mail to Victoria.Rone3@va.gov no later than 8:00AM CST, September 25, 2014. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received September 26, 2014 by 1:00 PM CST. Email your quote to Victoria.Rone3@va.gov. The subject line must specify VA-249-14-Q-0981 - Installation of Locking Devices and Aiphone Systems-VAMC Memphis DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK 1.SCOPE OF WORK The contractor shall provide all labor, supervision, supplies, tools, equipment, materials, quality control, clean-up and disposal to furnish and install all necessary equipment, and wiring to provide securing of two sets of double doors in the Dialysis Clinic at the Department of Veterans Affairs Medical Center Memphis, 1030 Jefferson Avenue, Memphis, Tennessee 38104. 2.REQUIREMENTS: a.The contractor shall provide all labor, supervision, supplies, tools, equipment, materials, quality control, clean-up and disposal to furnish and install all necessary equipment, and wiring to provide securing of two sets of double doors in the Dialysis Clinic. b.The contractor shall ensure that each door shall be provided with a magnetic locking devices and one card readers with the keypad options per se. c.Each set requires a PIR motion detector along with an override buttons for unlocking doors. The locking devices must be incorporated into the fire alarm system to release when the fire alarm is initiated. d.The contractor shall provide an Aiphone system that incorporates a camera monitors, and remote releasing of the locks shall be installed and wired. e.Monitoring and releasing shall be obtained at two different locations. This system shall be installed and programmed on the current security system located at the Veterans Affairs Medical Center Memphis which is Open Option. f.The contractor shall provide and install an Open Option sub controller, power supply, and wiring to the existing Open Option main processor. g.The VA Medical Center will not furnish or install any wiring for this installation. The contractor shall terminate and test with the facility after the connections have been made. h.The contractor shall remove all construction waste daily generated from this project. i.The contractor shall coordinate beforehand with the VAMC Memphis Point of Contact/ COR for any work that requires the shut down of the bathrooms at the VA Medical Center Memphis. 3.SAFETY: The contractor shall at all times, ensure that all work provided complies with all local, State, and Federal rules and regulations pertaining to work place safety. The contractor shall take all proper safety and health precautions to protect the work, the workers, the public and the property. 4.DOCUMENTATION The contractor shall furnish to the VAMC Memphis Point of Contact legible hard copies of test results, certification certificates, and field service reports upon completion of all work. 5.PLACE OF PERFORMANCE Memphis VA Medical Center; 1030 Jefferson Avenue; Memphis, TN 38104 6.HOURS OF OPERATION The contractor will perform services required during the hours of 8:00am - 5:30pm, Monday through Friday or as directed by the designated VAMC Memphis Point of Contact/ COR. Any work that needs to take place after hours must be scheduled with the VAMC Memphis Point of Contact/ COR prior to starting any work during the weekends. 7.U.S LEGAL HOLIDAYS The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday. HOLIDAYDATE New Year's Day Jan 1 Martin Luther King's Birthday3rd Monday in Jan President's Day3rd Monday in Feb Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas DayDec 25 8.PERIOD OF PERFORMANCE October 1, 2014 (Estimated Contract Completion Time Two (2) Days from Notice to Proceed) 9.SECURITY/ IDENTIFICATION The contractor's employees shall check in and out with the VA Police obtain visitor identification each day. Employees must have a valid state or government identification. All contractor/vendor personnel shall display a VAMC Memphis issued identification badge while performing work on any VAMC property. Smoking is not prohibited on property except in designated areas. Possession of weapons is prohibited (in vehicle or on person). Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. Contractor employees (crew) when on VAMC Memphis grounds; shall not bring visitors into the facility; shall not bring into the facility, any form of weapons or contraband; shall not bring in any alcohol or drugs or be under the influence of alcohol/drugs; shall conduct themselves in a professional and polite manner at all times; shall not cause any disturbances in the facility, are subject to all the rules and regulations of the VAMC Memphis. Contractor personnel shall present a neat appearance and be easily recognized. Contractor shall furnish and require every on-site company employee to wear a company shirt and safety shoes. All company workers while on duty shall be identified by uniform shirt or blouse indicating the company logo. The print should be large enough to be easily read. In addition all company staff assigned to work at the VAMC Memphis. 10. SITE REGULATIONS: All work shall be performed in accordance with VAMC Memphis rules & regulations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0981/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0981 VA249-14-Q-0981.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1648995&FileName=VA249-14-Q-0981-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1648995&FileName=VA249-14-Q-0981-000.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;VA Medical Center Memphis;1030 Jefferson Avenue;Memphis, TN
Zip Code: 38104
 
Record
SN03524312-W 20140925/140923235643-42baf0b71138b02230973e404d522d47 (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.