Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2015 FBO #4870
DOCUMENT

N -- Arjo Maxi Sky Installations - Attachment

Notice Date
3/24/2015
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;VISN 11 Network Contracting Activity;Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5100
 
ZIP Code
61832-5100
 
Solicitation Number
VA25115Q0248
 
Response Due
3/30/2015
 
Archive Date
5/29/2015
 
Point of Contact
Kevin Adkins
 
E-Mail Address
4-4544<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. The NAICS code is 238290, with a size standard of $15 million. This is being conducted as a Total Small Business Set aside. This requirement is being solicited in accordance with FAR Parts 12 and 13. The VA Illiana Healthcare System, Danville, IL seeks a contractor that shall provide all supervision and labor to install 22 Arjo Maxi Sky lifts and 2 Arjo Maxi Sky 1000 lifts for the two new Green Homes. Contractor shall coordinate work with existing VA COR, Shayne Minton, for installation of track systems with existing Contractor work. Work to be completed in phases as Construction progresses. The work to be installed was coordinated in design of Green Homes. -Phase 1: Install above ceiling support structure - 4 week performance period - Must be available within a 1 week notification from the General Construction Contractor through the VA. -Phase 2: Install lift track and hardware - 3 week performance period - Must be available within a 1 week notification from the General Construction Contractor through the VA. -Phase 3: Install lift motors and accessories and test equipment - 3 week performance period - Must be available within a 1 week notification from the General Construction Contractor through the VA. 3. Performance Period Contractor shall complete all work associated with this project within one hundred-eighty (180) calendar days of the receipt of the Notice to Proceed (NTP). Normal working hours are Monday through Friday, 0700-1630, excluding Federal Holidays. Contractor shall provide a schedule to the Contracting Officer's Representative, through the Contracting Officer, prior to any onsite work taking place. If for any reason the contractor can't meet the required period of performance for this project he/she must submit, in writing, to the Contracting Officer, a revised schedule, justification, and request for additional time. Contractor shall coordinate all phases of the installation with the ongoing construction contractor. Contractor shall make all concerted efforts to minimize the duration of downtime to each building. The C&A requirements do not apply and a Security Accreditation Package is not required. 4. Background: Work will be performed at: VA Illiana Health Care System 1900 East Main St. Danville, IL 61832 BASIS FOR CONTRACT AWARD: This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 13.106-2 (b). The Government will select the best overall offer, based upon an integrated assessment of evaluation factors listed in the FAR 52.212-2 Evaluation - Commercial Items (OCT 2014). Contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, whose offer conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by the Statement of work and is judged by an overall assessment of the evaluation factors to represent the most advantageous to the Government. Please provide the following information along with your price proposal: a. PRICE: A brief narrative discussing the methodology used to price this proposal. Please include a summary of information related to how the pricing was calculated. b. PAST PERFORMANCE: Past Performance evaluations will be conducted using information provided with the offer, information obtained from references, information obtained from the Past Performance Information Retrieval System (PPIRS), and information from any other sources deemed appropriate. When evaluating past performance, the Government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the contractor's performance. The government may take into account past performance information regarding predecessor companies, key personnel who have relevant experience and/or subcontractors that will perform major or critical aspects of the requirement. An offeror that has no available relevant past performance history will not be evaluated favorably or unfavorably. Offerors are cautioned that the Government may review available past performance data available in the PPIRS. The Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the Offeror when evaluating past performance. Offerors may provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Offeror shall list up to five (5) most recent completed projects of similar size and scope during the last three (3) calendar years along with Point of Contact (POC) information (Name, Address, Telephone Number, Email Address and Fax Number) of a POC of the owner of those projects or person who represented the owner and would have the most detailed information about the Offeror's performance. Past Performance responses shall be sent via USPS, commercial overnight mail service, or hand-carried method to the following address. They may also be emailed to kevin.adkins@va.gov Kevin Adkins VA Illiana Healthcare System 1900 East Main Street Building 102 Room 124C Danville, Illinois 61832 Responses to the questions on the Past Performance Evaluation will be considered. The Government reserves the right to solicit completion of this form by any other source identified as having a relationship with the Offeror. In accordance with FAR 15.305, offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance. However the proposal of an offeror with no relevant past performance may not represent the most advantageous proposal to the Government. c. TECHNICAL CAPABILITY: The Offeror shall demonstrate understanding of the requirements of the Statement of Work, and produce an offer that will meet those objectives. The offer will be evaluated based on the qualifications, experience and education of the proposed providers in addition to the contractor's approach to meeting the needs of the Statement of Work. A.Provide a list of the names Key Personnel to be utilized in the performance of this contract, along with a copy of their resumes/curriculum vitae, and a description of the particular services to be provided by such personnel. B.Relevant experience regarding the requirements of the Statement of Work C. Evidence of ARJO Installer Certification for all personnel installing the lifts. D. Offerors shall indicate which subcontractor and provide the necessary information for the subcontractor's personnel. d. SDVOSB AND VOSB STATUS: (1) For SDVOSBs/VOSBs: In order to receive credit under this evaluation subfactor, the Offeror shall submit a statement of compliance that it qualifies as an SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). (2) For Non-SDVOSBs/VOSBs: To receive some consideration under this evaluation subfactor, the Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB subcontractors must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov) in order to receive some consideration under this evaluation factor. SUBMISSION OF PROPOSALS: The proposal shall be submitted via U.S.P.S regular mail, commercial overnight delivery or hand-delivered. It may also be emailed to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov.The proposal shall be addressed to the office specified in the solicitation and shall show the time specified for receipt, the solicitation number and name and address of the offeror. Proposals shall be submitted as described below: If submitting via U.S.P.S. regular mail, commercial overnight delivery or hand-delivered, submit the proposal to the following address: Kevin Adkins VA Illiana Healthcare System 1900 East Main Street Building 102 Room 124C Danville, Illinois 61832
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA25115Q0248/listing.html)
 
Document(s)
Attachment
 
File Name: VA251-15-Q-0248 VA251-15-Q-0248_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1938160&FileName=VA251-15-Q-0248-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1938160&FileName=VA251-15-Q-0248-000.docx

 
File Name: VA251-15-Q-0248 S02 VA251-15-Q-0248.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1938161&FileName=VA251-15-Q-0248-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1938161&FileName=VA251-15-Q-0248-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03676905-W 20150326/150324234712-f665e3ae25c8beb5c55e7f9333daba53 (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.