Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
DOCUMENT

J -- Water Systems Preventative Maintenance - Attachment

Notice Date
9/14/2015
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 17;5441 Babcock Rd., Ste. 302;San Antonio TX 78240
 
ZIP Code
78240
 
Solicitation Number
VA25715Q1623
 
Response Due
9/21/2015
 
Archive Date
10/9/2015
 
Point of Contact
Vance Farrell - Contractor
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. (ii) Solicitation number VA257-15-Q-1623 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This solicitation is set-aside for a Small Business concern with the associated NAICS code of 238220, which has a small business size standard of $15M. (v) CLIN 0001 - Contractor shall perform water systems preventative maintenance for the Central Texas Veterans Health Care System in accordance with the attached Statement of Work. CLIN 1001 - Option Year I CLIN 2001 - Option Year II CLIN 3001 - Option Year III CLIN 4001 - Option Year IV (vi) See attached Statement of Work for the description of the services to be performed. (vii) The anticipated Period of Performance for the services is the date of award through 30 September 2015. See attached Statement of Work for the places of performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Offers will be evaluated as acceptable or unacceptable for past performance. The government will evaluate past performance by checking past performance systems and other past performance records found for the offeror. Those offerors found with unsubstantiated unacceptable past performance may be found to be unacceptable and not considered for award. Those offerors found without a past performance record will not be assessed as favorably or unfavorably. Those offerors proposals found to be technically acceptable will be evaluated by price as lowest priced, technically acceptable. (x) If additional information needs to be provided that is not part of the offerors representations and certification data in the System for Awards Management (SAM), offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition. (xiii) This acquisition includes additional submission requirements. Other additional submission requirements are: (a)It is requested that all questions regarding this acquisition be asked by 17 September 2015, by 3:00 PM CST. Questions must be in writing and are to be submitted to the POC by email at vance.farrell@va.gov. (b)Due to multiple performance locations, a site visit is not scheduled for this solicitation. It is the responsibility of the offeror to understand the facility locations described in the Statement of Work prior to offering a proposal. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 21 September 2015 by 4:00 PM EST. (xvi) Offers are to be submitted to Vance Farrell (Contractor) by email at vance.farrell@va.gov. The clause 52.232-18, Availability of Funds, applies to this requirement. Funding is not currently available. Funding will be provided in the resultant contract on or after 1 October 2015 with Fiscal Year 2016 funding. The apparent successful offeror will be issued a notice to proceed for the start of services. Small businesses, especially veteran-owned and service-disabled veteran-owned small businesses are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website for the nearest PTAC is http://www.dla.mil/SmallBusiness/Pages/ptac.aspx Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 5MB. Multiple emails can be sent to the POC for a proposal. It is recommended that a confirmation request be included in the email for the POC to acknowledge that all (parts) of the proposal have been received. Do NOT respond to this notice by input to the Interested Vendors tab. The POC does not have a Federal Business Opportunities registration and does not have access to the Interested Vendors tab within the notice. Interest correspondence must be sent directly to the POC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25715Q1623/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-15-Q-1623 VA257-15-Q-1623_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2314727&FileName=VA257-15-Q-1623-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2314727&FileName=VA257-15-Q-1623-000.docx

 
File Name: VA257-15-Q-1623 VA257-15-Q-1623.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2314728&FileName=VA257-15-Q-1623-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2314728&FileName=VA257-15-Q-1623-001.docx

 
File Name: VA257-15-Q-1623 A1 - Statement of Work - Water Systems Preventative Maintenance.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2314729&FileName=VA257-15-Q-1623-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2314729&FileName=VA257-15-Q-1623-002.pdf

 
File Name: VA257-15-Q-1623 A2 - DoL Wage Determination 05-2523, Revision 16, 07-08-2015.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2314730&FileName=VA257-15-Q-1623-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2314730&FileName=VA257-15-Q-1623-003.pdf

 
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: Central Texas Veterans Health Care System;Multiple Locations - See attached SOW;1901 Veterans Memorial Drive;Temple, TX
Zip Code: 76504-7451
 
Record
SN03884986-W 20150916/150914235855-07a8ba85ec9f3a04fecfd9e32b29f187 (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.