Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2016 FBO #5406
DOCUMENT

Z -- Door Repairs PRC - Attachment

Notice Date
9/9/2016
 
Notice Type
Attachment
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25716Q1651
 
Response Due
9/26/2016
 
Archive Date
10/26/2016
 
Point of Contact
Ross Futch
 
E-Mail Address
ross.futch@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for Door Repair Services in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotation (RFQ), solicitation number VA257-16-Q-1651, in accordance with FAR Parts 12 and 13. This procurement is set-aside for Service-Disabled Veteran-Owned Small Business. This announcement constitutes the only solicitation and a written solicitation will not be issued. Awards resulting from the (RFQ) will be based on: The Lowest Price Technically Acceptable to the Department of Veterans Affairs. The North American Industry Classification System (NAICS) code is 238150, with a size standard of $15.0 Million. All prospective offerors must be actively registered in the (SAM) System for Award Management. Offerors may register online at www.sam.gov. Lack of registration in SAM will qualify the contractor as ineligible for award. All Service-Disabled Veteran Owned Small Business must be registered and certified in Vetbiz. The solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-89. Contract Requirements: STATEMENT OF WORK (SOW) 1. Title of Project: Door Repairs Polytrauma Rehabilitation Center (PRC) 2. General: Contractor to provide as part of the firm-fixed price Contract/PO all labor, equipment, tools, materials, parts, supplies, transportation, supervision, and any other items and services necessary to accomplish the maintenance and repair described herein. *Door #1 - Remove (1) 3' x 8' white door and sidelite and replace with an 1-3/4" x 4-1/2" clear anodized door frame with transom, (1) 3' x 7' medium stile door with a 10" bottom rail, 6" mid-rail, Von Duprin 3347L Panic, Arrow mortise cylinder, Select SL11 continuous hinge, LCN 4040 closure, & a 2'-6" x 8' sidelite. All glazed with ¼" clear tempered glass. *Door #2 - Remove (1) 7'-6" x 8' white pair of doors and replace with a 1-3/4" x 4-1/2" clear anodized transom frame, (1) 7'- 6" x 7' pair of medium stile doors with 10" bottom rails, 6" mid-rails, Von Duprin 3347L panics, Arrow mortise cylinder, Select SL11 continuous hinges, LCN 4040 closures & glazed with ¼" clear tempered glass. Door#3 - Remove (1) 6' x 8' white pair of doors and replace with a 1-3/4" x 4-1/2" clear anodized transom frame, (1) 6' x 7' pair of medium stile doors with 10" bottom rails, 6" mid=rails, Von Duprin 3347L panics, Arrow mortise cylinder, Select SL11 continuous hinges, LCN 4040 closures, and glazed with ¼" clear tempered glass. Contractor shall submit a work plan to the COR for approval prior to starting work. VA COR: Robert Flores, Engineering Service, Tel: 210-617-5112 Email: robert.flores1@va.gov MATERIALS, EQUIPMENT AND TOOLS: Technical literature and/or descriptions of all materials, equipment and tools proposed for use by the Contractor shall be submitted to the Contracting Officer's Representative (COR) for approval prior to beginning work under this contract, and whenever a change is requested. All Contractor furnished materials, equipment and tools shall be standard products of manufacturers regularly engaged in the productions of such items. All materials and equipment will be removed from the facility or stored properly at the end of the workday. The Government assumes no liability for loss of damage to Contractor owned properly held on Government premises. PRE-OFFER SITE VISIT: Contactor is encouraged to make a pre-bid site visit at the Audie L. Murphy VA Hospital. Failure to visit the site shall not relieve the successful contractor from responsibility for properly estimating the difficulty or cost of successfully furnishing all services and work required under this contract. Prospective Contractors may attend site visit on Tuesday September 20, 2016 at 10:00 AM Central Standard Time. Documentation: Contractor shall, within 5 business days, provide a detailed report and analysis, both electronic and hard-copy of all work performed and results to the CO or his/her designated representative. Color photographs embedded into the report shall be provided if applicable. Report shall contain, at a minimum, date of service, amount of time spent on service, technician's name(s), number of units for each building inspected and flow data as necessary on all systems. Contractor shall provide a detailed narrative and line item cost estimate for repairs or replacement not covered above, if applicable, within 5 working days. Contractor shall provide a single point of contact with all contact information. Information Systems Officer, Information Protection: The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services. Privacy Officer: The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served to the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. Place of Performance: Audie L. Murphy VA Hospital, 7400 Merton Minter Blvd, San Antonio, Texas 78229. 3. Service Period: All services shall be performed Monday through Friday, 8:00 a.m. to 4:00 p.m. Contractor will notify the Contractor Officer's Representative (COR) at least five (5) days prior to beginning service. ** All work must be completed within 30 days of actual contract award date. The Contractor will sign in daily at the Engineering Service office prior to beginning of work and again on completion of the workday. They will be required complete a sign-in/sign-out log, listing the areas of planned work and actual work accomplished. The sign-in/sign-out log sheet will be provided and monitored by the COR. The Contractor's proposed daily work scheduling is subject to mutual acceptance by the COR. The VA reserves the right to propose alternate daily so as to least interfere with the normal operation of the Medical Center. VA personnel will provide initial training and onsite instruction to the Contractor's Project Manager but will not be available to assist with the window cleaning process. PERSONNEL QUALIFICATIONS AND REQUIREMENTS: A. SUPERVISION: The Contractor shall specify a Project Manager who shall be responsible for performance of contract services, and be onsite during anytime the contract is being exercised. The Project Manager shall be competent to supervise all aspects of the contract and shall be available at all times during exercise of the contract. The Contracting Officer and COR shall be notified in writing of the name of the Project Manager and of changes in personnel appointed to fulfill this function or substitution of personnel due to illness or leave. The Project Manager shall, in the absence of the Contractor, act as the Contractor's Representative. B.TRAINING: No employee may be assigned to provide this service unless properly trained for this type of work. C.REQUIREMENT: Daily effective communication with hospital staff is critical and requires ability to speak and understand English. Contractor's personnel assigned to the performance of this contract are to wear Contractor-provided protective gear. UNIFORMS AND EMPLOYEE IDENTIFICATION: Contractor's personnel assigned to the performance of this contract are to wear a Contractor-provided standard distinctive uniform that is clearly distinguishable from all Veteran's Administration uniforms. Uniforms are to be clean and maintained in good repair. A contractor provided, clearly readable name identification device consisting of the employee's name and the company name will be worn on or in the area of the left breast pocket. Government ID badges will be required for all contractor employees. In special sanitation and/or isolation situations, Contractor's personnel may be required to wear special protective clothing and shoe covers supplied by the medical facility. Such items are to remain the property of the Government and are not to be removed from the premises of the VA Medical Center. They will be received, worn and turned in or disposed of as directed. All other safety or protective clothing or equipment shall be provided and maintained by the Contractor at the Contractor's expense. QUALIFICATIONS OF BIDDERS: Offers will be considered only from a Contractor who is regularly established in the business called for and who, in the judgment of the Contracting Officer (CO), are financially responsible and able to show evidence of the reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. The Contractor shall be licensed by the state local health authority in those localities where such licenses are required. PAST PERFORMANCE: Contractors shall submit, with their bids, proof of prior performance and years of experience. Submission must address, but is not limited to the following: List of minimum of three (3) relevant and verifiable references, including contract number, dates of performance, point of contact, and telephone number. These references should show ability to perform the services required by this contract. Identify any Federal, State, Local Government, and private contracts that are similar in nature, scope and size. References should include all on-going contracts or those completed within the last three (3) years. Also provide capability statement. All OSHA Safety Regulations including 29CFR 1920.28 (i)(10) and 1910.66 Subpart D will be strictly adhered to. All chemicals used on VA property must be accompanied by an MSDS and be approved by a COR or designee. All materials and equipment will be removed from the facility or stored at the end of the workday. NOTE: The VA is a smoke-free facility and smoking is allowed outside the facility in designated areas. Evaluation of Proposals: Award will be conducted under the provisions of FAR Part 12, Commercial items, and FAR Part 13, Simplified Acquisition Procedures. All prospective offerors are responsible for monitoring this site for the release of modifications (if any) or other information pertaining to this synopsis. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA) - evaluated on acceptable/unacceptable basis based on offeror ability to demonstrate technical capability based on references for past performance of similar work and capability statement. Proposal Submission Information: All prospective offerors interested in additional information regarding this synopsis shall request such information via email. Please include name, address, telephone number, point of contact, fax number, email address. Responses are due not later than 11:00 a.m., September 19, 2016 Central Standard Time. Offerors shall comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items shall be included with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with the following added as addenda to the clause, 52.212-4(c) changes text in paragraph (c) is deleted and replaced with: changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (see FAR 43.103(b)). Other FAR Clauses that apply: 52.212.2 Evaluation - Commercial Items 52.212-5 Contract terms and conditions required to implement statutes or executive orders (Nov 2006) 52.219-28 Post award small business representation (Jun 2007) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 52.222-50 Combating trafficking in person (Aug 2007) 52.225-13 Restrictions on certain foreign purchases (Feb 2006) 52.232-34 Payment by Electronic Funds Transfer other than CCR (May 1999) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-1 Site Visit 52.252-2 Clauses Incorporated by reference (Feb 1998) 52.252-6 Authorized Deviations in clauses (Apr 1984) 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside You may email POC to request actual copy of solicitation document Standard Form 1449. All interested parties may attend Site Visit on: Tuesday, September 20, 2016 at 10 AM Central Standard Time. Location: Audie L. Murphy VA Hospital 7400 Merton Minter Blvd San Antonio, TX 78229 For all questions regarding this solicitation and site visit please contact the Contracting Office POC: Ross Futch Tel: 210-694-6319 Email: ross.futch@va.gov Quotes must be received no later than 4:00 p.m., Central Standard Time, September 26, 2016. Submit quotes via email at ross.futch@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25716Q1651/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-16-Q-1651 VA257-16-Q-1651.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2996978&FileName=VA257-16-Q-1651-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2996978&FileName=VA257-16-Q-1651-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04264747-W 20160911/160911092500-1623b87dbff58a0962e82e295572259f (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.