Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 12, 2014 FBO #4736
DOCUMENT

J -- Load Bank Generator Testing - Attachment

Notice Date
11/10/2014
 
Notice Type
Attachment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24715Q0079
 
Response Due
11/18/2014
 
Archive Date
1/17/2015
 
Point of Contact
Michael Giffon
 
E-Mail Address
9-6682<br
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-247-15-Q-0079 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-15-Q-0079 and is issued as a COMBINED SYNOPSIS/SOLICITATION (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. 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 http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 334515, and the size standard is 500 employees. (v) This requirement consists of the following: 1. Generator C Load Bank Testing - Make: AA Model 3508 Serial No. 23Z01288 2. SCOPE OF WORK: The contractor shall provide all resources necessary to perform the maintenance specified, perform load bank testing on Generator C - Make: AA Model 3508 Serial No. 23Z01288ocated at the Ralph H. Johnson VA Medical Center (RHJVAMC). 3. BACKGROUND: Generator C requires load bank testing for full certification. 4. PERFORMANCE PERIOD: The contractor shall complete the work required under this Statement of Work (SOW) within 30 days after award unless otherwise directed by the Contracting Officer (CO). 5. TYPE OF CONTRACT: Firm-Fixed price - Contractor to perform all services IAW included scope of work and general requirements. Submitted offers must include lump sum bid for all services. GENERAL REQUIREMENTS These specifications are a statement of the minimum level of work and services that are to be provided under this contract. They are not intended to be, nor shall they be construed as, limiting specifications or requirements. At a minimum, the contractor shall be required to take all steps and measures which would be taken by a prudent building owner to ensure that Emergency Generator C can be operated at full capacity - Generator C Load Bank Testing - Make: AA Model 3508 Serial No. 23Z01288 CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of the parties other than the CO shall be borne by the Contractor. REPORTING REQUIREMENTS The Contractor shall obtain all necessary licenses and/or permits required to perform the work. In addition, the Contractor shall provide the COTR with a copy of any licenses and/or permits obtained. TRAVEL All work is to be conducted at the RHJVAMC located at 109 Bee St, Charleston, SC 29401-5703. The Contractor is responsible for any anticipated travel and per diem. GOVERNMENT RESPONSIBILITIES The VA shall grant the Contractor access permission to all areas of the RHJVAMC necessary to provide the services required under this contract. CONTRACTOR EXPERIENCE REQUIREMENTS The Contractor shall be a licensed provider of technical and mechanical services contractor. The Contractor shall provide trained supervisory personnel, and trained technicians experienced in the service required. CONFIDENTIALITY AND NON-DISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Delivery will be to: 109 Bee Street Charleston, SC, 29403 Attn: Herbert Watson, 843-789-7770 herbert.watson@va.gov Contracting Office Address: Department of Veterans Affairs; Ralph H. Johnson VA Medical Center;109 Bee Street, Charleston SC 29403-5799 Point of Contact(s): Michael Giffon michael.giffon@va.gov 843-789-6682 Michael.Giffon@va.gov (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1. Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors and installers of the quoted items. 2. If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. 3. If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items. 4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (viii) 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 http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 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: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. The solicitation number must be identified on all submitted questions. (xv) Site Visit: N/A (xvi) QUOTES/OFFERS ARE DUE November 18, 2014 at 3:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation by email to - Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Michael Giffon Michael.giffon@va.gov 843-789-6682 Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715Q0079/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-Q-0079 VA247-15-Q-0079.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1722120&FileName=VA247-15-Q-0079-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1722120&FileName=VA247-15-Q-0079-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03570131-W 20141112/141110234032-51e00fc8141575283b362fb06d602fbe (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.