Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2015 FBO #4800
DOCUMENT

J -- Tower/Chiller Water Treatment Service - Attachment

Notice Date
1/13/2015
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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
VA26215Q0306
 
Response Due
1/23/2015
 
Archive Date
2/22/2015
 
Point of Contact
Laurie Ridge
 
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# VA262-15-Q-0306 on the quote. Quote shall be submitted electronically via email to Laurie.Ridge@va.gov. All quotes must be received no later than January 23, 2015 3:00 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 Laurie.Ridge@va.gov no later than January 19, 2015 3:00 PM PST. Questions received after 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. V. This solicitation is a total small business set aside. The North American Industry Classification System Code (NAICS) is 238220 and the size standard is $15,000,000. i. This combined solicitation/synopsis is for twice monthly treatment services for 2 BAC Cooling Towers to prevent fouling on metal surfaces, inhibit corrosion, sanitize, clean, disinfect and control biological growths with monthly water analysis and an annual requirement for tower cleanout in accordance with the attached Statement of Work (SOW). SCHEDULE BASE YEAR: Period of Performance - 2/1/2015 through 1/31/2016. DESCRIPTION Complete Tower/Chiller system water treatment service for 2 BAC Towers. Monthly Cost $ Total Cost $ OPTION YEAR 1: Period of Performance - 2/1/2016 through 1/31/2017. Complete Tower/Chiller system water treatment service for 2 BAC Towers OPTION YEAR 2 Period of Performance - 2/1/2017 through 1/31/2018 Complete Tower/Chiller system water treatment service for 2 BAC Towers OPTION YEAR 3 Period of Performance - 2/1/2018 through 1/31/2019 Complete Tower/Chiller system water treatment service for 2 BAC Towers VI. Service shall begin after contract award and shall be performed at the VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda, CA 92357 VII. FAR 52.212-1, Instructions to Offeror - Commercial Items (June, 2008), applies to this acquisition. VIII. Qualifications of Offerors - Contractor shall be a firm regularly engaged in the cleaning, maintenance, and servicing of cooling tower and prevention of LBD. The contractor and/or firm shall have the expertise and knowledge of the proper conditions of well-maintained cooling tower(s) accordance with industry standards and in a hospital environment. The contractor shall possess and provide all the necessary supervision, labor, materials, equipment, personal protective equipment (PPE), and tools to successfully and skillfully execute this contract in accordance with the terms and conditions herein. Contractors shall provide proof and adequacy of past performance history, references, and above required qualifications. When combined with Evaluation Factors, it will assist the Contracting Officer in making the best value and sound business judgment on behalf of the Government (See evaluation factors in FAR Clause 52-212-2, Section E). IX. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a Firm Fixe 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: Provide experience for the required services. Describe your company's experience with providing service for water treatment of Tower/Chiller systems. Describe your company's experience providing a total service contract that includes chemical treatment for scale, corrosion, and Biological (Legionella) control. ii. Technical 2: Provide three (3) customer references within the last three (3) years with satisfactory results. References should be for services of the same complexity and nature of the services requested herein. iii. Price: Lowest price X. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification - 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 certification 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 Statues or Executive Orders - Commercial Items (April, 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 and 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: www.acquisition.gov www.farsite.hill.af.mil www.va.gov/oal/library/var/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 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# VA262-15-Q-0306 1.Statement of Work (SOW) 2.Department of Labor (DOL) Prevailing Wages 3.VHA Directive 1061 Prevention of Healthcare-Associated Legionella Disease and Scald Injury from Potable Water Distribution Systems Additional information: Contracting Office Address: Department of Veterans Affairs, Network Contracting Office 22, 4811 Airport Plaza Drive, Suite 600, Long Beach, CA 90815 Place of Performance: Department of Veterans Affairs, VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda, CA 92357 POC : Laurie Ridge, Contract Specialist Laurie.Ridge@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215Q0306/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-15-Q-0306 VA262-15-Q-0306.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1812451&FileName=VA262-15-Q-0306-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1812451&FileName=VA262-15-Q-0306-000.docx

 
File Name: VA262-15-Q-0306 Statement of Work.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1812452&FileName=VA262-15-Q-0306-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1812452&FileName=VA262-15-Q-0306-001.pdf

 
File Name: VA262-15-Q-0306 VHA Directive 1061.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1812453&FileName=VA262-15-Q-0306-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1812453&FileName=VA262-15-Q-0306-002.pdf

 
File Name: VA262-15-Q-0306 Wage Determinations.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1812454&FileName=VA262-15-Q-0306-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1812454&FileName=VA262-15-Q-0306-003.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: VA Loma Linda Healthcare System;11201 Benton Street;Loma Linda, CA
Zip Code: 92357
 
Record
SN03614843-W 20150115/150113234531-7fa2a98c7ca15e621cbb57345a3a71f7 (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.