Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2015 FBO #4880
DOCUMENT

H -- TRIENNIAL INSPECTION OF ELECTRIC DISTRIBUTION SYSTEM - Attachment

Notice Date
4/3/2015
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation 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
VA26215Q0683
 
Response Due
4/16/2015
 
Archive Date
5/1/2015
 
Point of Contact
Martin Gonzales
 
E-Mail Address
6-2315<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, effective 02 Mar 2015. This combined synopsis/solicitation is issued as a Request For Proposals. NAICS: 238210 - Electrical Work Size Standard: $25M This combined synopsis/solicitation is being issued as Veteran Owned Small business Set-Aside. Award will be made to the lowest priced technically acceptable offer. Place of performance: VA Loma Linda Healthcare System 11201 Benton Street Loma Linda, CA 92357 VA Loma Linda Healthcare System (VALLHS) requires a contract for a Triennial Electrical System Inspection IAW the attached Statement of work. All services will be performed in strict adherence to the Work Schedule Document and Inspection & Test Procedures document (attached). List of Attachments: 1.Statement of Work, dated 1 April 2015 2.Work Schedule, dated 1 April 2015 3.Inspection & Test Procedures, dated 1 April 2015 Site Visit: A site visit will be conducted on April 9, 2015 at 10:00am PST. Attendance is NOT mandatory, but highly encouraged as the VALLHS campus' size may play a factor in your response. All offerors MUST RSVP for this site visit. Please RSVP via email NLT 8 April 2015 at 4:30pm PST. The following clauses apply: FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov to register. --All proposals shall not be longer than 5 Pages (8.5x11" double sided). FAR 52.212-2 - Evaluation - Commercial Items: Contract award will be made to the responsive offeror whose offer is the lowest priced and meets all technical criteria set forth in this solicitation. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. EVALUATION CRITERIA: Each offer received will be evaluated by the following criterion. Each factor shall be evaluated on a pass or fail basis. Each subfactor will be evaluated on a meets or does not meet basis. Submitting no Past Performance will not be deemed a fail. An offeror must receive a Pass on each factor to be considered Technically Acceptable. Factor 1 - Certifications (PASS/FAIL) Subfactor 1 - Offeror must be licensed by the state of California to perform electrical work (MEETS/DOES NOT MEET) Factor 2 - Approach (PASS/FAIL) Subfactor 1 - Offeror must communicate their approach to satisfying the requirement as specified in the SOW. Offeror shall not simply restate the content within the SOW, but detail their specific approach. (MEETS/DOES NOT MEET) Factor 3 - Past Performance (PASS/FAIL) Subfactor 1 - Offeror shall submit three (3) relevant and current (within 3 years) projects demonstrating they have successfully performed the service required. (MEETS/DOES NOT MEET) All offers shall be sorted by price (lowest to highest) then each offer will be evaluated for technical acceptability. The evaluation will stop once three technically acceptable offers are evaluated. Award will be made to the lowest priced offer of those three. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.SAM.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following additional provisions or clauses are specific to this particular requirement: FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.237-1 - Site Visit VAAR 852.219-11 - Notice of Total Veteran-Owned Small Business Set-Aside VAAR 852.237-70 - Contractor Responsibilities VAAR 852.203-70 - Commercial Advertising VAAR 852.232-72 - Electronic Submission of Payment Requests All Question/Answers must be submitted NLT 13 April 2015 at 4:30pm PST. All responsible sources may submit a quotation via email which shall be considered. Proposals may be emailed to the Contract Specialist, Martin Gonzales at martin.gonzales@va.gov no later than 16 April 2015, 2:00 pm PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215Q0683/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-15-Q-0683 S02 - SOLICITATION ATTCH 1 - SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1962725&FileName=VA262-15-Q-0683-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1962725&FileName=VA262-15-Q-0683-000.docx

 
File Name: VA262-15-Q-0683 S02 - SOLICITATION ATTCH 2 - Work Schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1962726&FileName=VA262-15-Q-0683-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1962726&FileName=VA262-15-Q-0683-001.docx

 
File Name: VA262-15-Q-0683 S02 - SOLICITATION ATTCH 3 - Inspection and Test Procedures.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1962727&FileName=VA262-15-Q-0683-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1962727&FileName=VA262-15-Q-0683-002.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 St;Loma Linda, CA
Zip Code: 92357
 
Record
SN03688729-W 20150405/150403234321-a5e9f36f262c5a5f29ad65819b6a7e44 (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.