Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
DOCUMENT

J -- Maintenance Station Security System - Attachment

Notice Date
1/6/2017
 
Notice Type
Attachment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V17Q0043
 
Response Due
1/20/2017
 
Archive Date
3/21/2017
 
Point of Contact
Rebecca S. Quilhot
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. VA101V-17-Q-0043 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-93-1. The solicitation is set aside for Service-Disabled Veteran- Owned Small Business concerns only. The applicable NAICS Code for this solicitation is 334519 and the Small Business Size limitation is $27.5 Million. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business (SDVOB) concerns in accordance with Public Law 109-461, Veterans First Program. Only offers from SDVOB concerns that are registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time date set for receipt of offers shall be considered for award. Offers from SDVOB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide onsite maintenance and repair services for the Lincoln VA Regional Office s X-Ray Machine as listed below in the Statement of Work. Description of Requirement This Statement of Work delineates the various tasks and activities required for maintenance and repair services. The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to provide maintenance and repair services for all of the Lincoln VA Regional Office s Security X-Ray Inspection System. Part 1. General Information 1. Background: The Department of Veterans Affairs, Veterans Benefits Administration has a requirement for immediate equipment maintenance support the Smith s Detection X-Ray Machine, Model HS 5030si, serial number 82450, located at the Lincoln Regional Office, 3800 Village Drive, Lincoln, NE 68516. This is a Firm Fixed Price Services contract to provide maintenance and repair services in accordance with the scope of work and NFPA731 guidelines. 1.2. Scope of Work: The Department of Veterans Affairs Regional Office (VARO) Lincoln intends to use the services of a contractor to provide all labor, equipment, material, supervision, and tools necessary to provide immediate maintenance and repair to the station s Detection X-Ray System. System will require the following parts to be replaced and installed. 1 each part number 45532686 Fuse 6.3 A / 250 V T 1 each part number 34452924 SiProX Electric. W Filter +007; Serviceset 1 each part number 34453246 CIF-2.1 (HGA) Hourly rate for labor charges Travel, expenses and government per diem rates will apply THERE WILL NOT BE A SCHEDULED SITE VISIT FOR THIS PROCUREMENT HOWEVER, AT THE CONTRACTOR S REQUEST, A WALK THROUGH CAN BE SCHEDULED. PLEASE NOTIFY THE CONTRACTING OFFICER TO SCHEDULE. 1.3. Applicable Documents: 1. Privacy Act of 1974, 5 USC 552a 2. VA Directive 6300, Records and Information Management 3. VA Directive 6500, Information Security Program 4. VA Handbook 6500.6, Contract Security 5. VA Directive and Handbook 0710, Personnel Suitability and Security Program 1.3.1 VA Handbook 6500.6 Part 2. Definition and Acronyms: Work Requirements 2.1 Work Requirements: Technical Requirements 2.1.1 The Contractor shall maintain and be responsible for the serviceability for the Smith s Detection X-Ray Inspection System. 2.1.2 The Contracting Officer s Technical Representative (COTR) will monitor the service. 2.1.3 The Contractor is responsible for maintaining liability insurance for the duration of the contract and For following all pertinent federal security regulations with regard to VA Information and Information System Security. 2.1.4. While on VARO premises, contractor employees will wear a company uniform and a visible identification badge, which contains a photograph of the employee. 2.1.5. The Contractor will be responsible to ensure that contractor employees coming to the work site will receive the information required above. 2.1.6. The Contractor will be responsible to ensure contractor employees providing work on this contract are fully trained and completely competent to perform the required work. 2.1.8. The Contractor shall sign Contractor Rules of behavior (Appendix E) for safeguarding VA sensitive information and submit it to the contracting officer prior to commencement of contract. The Contractor is responsible for completing background investigations on all personnel who will be on site. The results of the background investigations must be furnished upon request and available to the information Security Officer; and maintained by the COTR. 2.2 Additional Requirements: Deliverables 2.2.1 Invoice: The Contractor shall prepare and submit to the Regional Office COTR an original invoice within 30 working days of services rendered. 2.2.3 The Contractor will provide the service identified in this contract between the hours of 8:00am and 5:00pm, Monday through Friday. 3.1 Equipment Covered Equipment is the equipment for which services are to be provided under this agreement. The contractor shall provide all labor, equipment, material, supervision, and tools required to adjust, maintain, repair, or restore the equipment to proper operating condition in accordance with the manufacturer s specifications. Contractor will not perform any modifications to the equipment without VARO's written approval. Contractor will perform all service actions with the least possible interference or disruption to the orderly conduct of VARO's normal operations. Upon the completion of service, Contractor will leave VARO s premises in as neat, orderly, and clean condition as existed upon start of services. Contractor will be responsible for obtaining all air side passes, work permits, clearances, and required licenses. Contractor will be responsible for compliance with all laws, codes, rules, and regulations applicable to services performed under this contract. Contractor will not transfer or assign its obligations under this contract, either in whole or in part, without the prior written approval of VARO. 4.1 Supporting Information Security 1. Background Investigations and Special Agreement Checks All Contractor employees are subject to the same level of investigation as VA employees who have access to VA Sensitive Information. The level of background investigation commensurate with the level of access needed to perform the statement of work is moderate risk. The Contractor shall bear the expense of obtaining background investigations. If the Office of Personnel Management (OPM) through the VA conducts the investigation, the Contractor shall reimburse the VA within 30 days. 2. Contractor shall check in with Support Services Division (SSD) prior to collection of locked containers. Contracting Officer s Technical Representative (COTR) shall escort contractor personnel. B. Travel: Travel will be authorized for this procurement. Contractors shall submit an approximate itemization of all planned travel costs. 4.1.1 Security Requirements: Upon entering VA buildings the contractor and/or contractor employees will be required to show proof of identity (must have a valid photo ID) as well as pass through a security screening. All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA personnel, including the Privacy Act, 5 U.S.C. §552a, regarding information and information system security. Vendor shall be escorted in the VA office buildings at all times. 4.2 The contractor shall not disclose or cause to disseminate any information concerning operations of Department of Veterans Affairs. Such action(s) could result in violation of the contract and possible legal actions. Part 5. Government-Furnished Items and Services: N/A 5.1 Please refer to Section v. above the equipment specified in this solicitation and will be part of the awarded contract. Part 6. Contractor-Furnished Items and Services 6.1 The contractor shall furnish all personnel, materials, labor, parts, supplies, travel, supervision and equipment required to perform work under the resulting contract, to include but not limited to, tools and expendable items. 6.2 The contractor shall provide one designated point of contact (POC) to the government s designated representative for coordination of parts delivery, and/or maintenance. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of the resulting contract. 6.3 The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. 6.4 Parts/Supplies Availability: The contractor shall have an inventory of parts and supplies in quantities sufficient to effectively service the resulting contract. The contractor shall have an internal inventory system and delivery system for the parts and supplies. The inventory and delivery system must be sufficient to service the contract in accordance with the maintenance response as specified in paragraph 2.1 6.5 Personnel Qualifications: The contractor shall be required to provide fully qualified and manufacturer trained or certified service, delivery, and management personnel in sufficient numbers to actively and efficiently service and support the scanners in place during the contract period. Contractual problems, of any nature, which might occur during the life of the contract must be handled in conformance with very specific public laws and regulations (e.g., Federal Acquisition Regulation), and must be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the user and the contractor are hereby directed to bring all such contractual problems to the immediate attention of the CO. Any request for contract changes/modifications shall be submitted to the CO. All correspondence concerning this contract, such as requests for information, explanation of terms, and contract interpretations, shall be submitted to the CO. Part 7. Specific Tasks 7.1 Service Calls: Working hours for the contractor will normally be between the hours of 8:00 a.m. and 4:30 p.m., excluding Saturdays, Sundays, and Federal holidays (unless otherwise specified). If the Contractor desires to work during periods other than above, additional Government inspection forces may be required. The Contractor must notify the Contracting Officer (CO) or COTR three (3) days in advance of intention to work during other periods. These adjustments to the contract price may be made periodically as directed by the CO. LEGAL HOLIDAYS OBSERVED: New Year s Day 01 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 04 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas 25 December 7.2 The contractor shall provide one (1) consolidated invoice in arrears that includes the following information. Contract and Obligation Numbers; if applicable the description of repair services rendered;, Company Name; Address and phone number; Invoice Date; Invoice Number. Part 8. Government Point of Contact/Contracting Officer Representative (COR): TBA Part 9. Changes to the Scope of Work (SOW): Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Period of Performance: The Period of Performance will be 60 days starting with the award effective date of the contract. FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2016), applies to this solicitation. The following provisions and clauses are added as addenda: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-16 Commercial and Government Entity Code Reporting (JULY 2016) 52.204-17 Ownership of Control of Offeror (JUL 20164) 52.209-5 Certification Regarding Responsibility Matters (OCT 2015) 52.209-11 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (FEB 2016) 52.225-25 Prohibition on Contracting Within Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) Offers will be evaluated as follows: Criteria: The Government will evaluate offers submitted in response to this solicitation on a Lowest Evaluated Price, Technically Acceptable basis. All quotes will be evaluated for Technical Acceptability. The Contractor s offer will be compared to the technical requirements depicted within the attached Statement of work (SOW). If the Offered services do not meet or exceed the specifications and quality per the SOW, the Contractor s overall offer will be found to be Technically Unacceptable. Technical Acceptability: The Government will evaluate quotes submitted in response to the solicitation for the technical capability to meet this requirement. Included with each Contractor s quote, the Offeror is to provide a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. Basis for Award: The Government shall make award to that quote that is found to be the Lowest Priced, Technically Acceptable based upon the stated strategy above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (DEC 2016) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 2015) applies to this solicitation. The following provisions and clauses are added as addenda: 5.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibility (APR 1984) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (50) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (57) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) Paragraph c clauses applicable: (2) 52.222-41 Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Service Contract Labor Standards (December 2016): Wage Determination No.: 2015-2324, Revision No.: 2, Date Of Revision: 12/30/2016, Hourly Rate / Class of Employee $20.49/ 23181 Electronics Maintenance I, Fringe Benefits: $6.73 per hour, Hourly Rate/ Class of Employee $21.58/ 23182 Electronics Maintenance II, Fringe Benefits: $7.09 per hour, Hourly Rate/ Class of Employee $24.26/ 23183 Electronics Maintenance III, Fringe Benefits: $7.97 per hour. (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) N/A N/A Offers are due no later than January 20, 2017 by 12:00 PM Central Time. Offers shall be submitted electronically to email address rebecca.quilhot@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-17-Q-0043. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section and please submit a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNs Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. For additional information, please contact the Contracting Officer, Rebecca Quilhot at (563)424-5874, or via e-mail to Rebecca.quilhot@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0043/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0043 VA101V-17-Q-0043.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3196614&FileName=VA101V-17-Q-0043-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3196614&FileName=VA101V-17-Q-0043-000.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: Department of Veteran Affairs;Lincoln VA Regional Office;3800 Village Drive;Lincoln NE
Zip Code: 68516
 
Record
SN04365976-W 20170108/170106234427-937327b52d03eebe863755e100c6f5e6 (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.