Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2017 FBO #5594
DOCUMENT

J -- Air Balancing - NWI Base Year: 04/01/2017 to 03/31/2018 +4 - Attachment

Notice Date
3/16/2017
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;VA Medical & Regional Office Center;2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
VA26317Q0439
 
Response Due
3/24/2017
 
Archive Date
4/8/2017
 
Point of Contact
Paula Moore
 
E-Mail Address
moore2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is VA263-17-Q-0439 and it is issued as a Request for Quote (RFQ). This requirement will be solicited as Unrestricted. The applicable North American Industry Classification System (NAICS) code is 238220, Plumbing, Heating, and Air Conditioning Contractors and the size standard is $15M. The Department of Veterans Affairs, Sioux Falls intends to establish a single award, firm-fixed price type contract for Air Balancing Services in Omaha, NE. A description of the services required is attached to this RFQ and is labeled Statement of Work for Air Balaning. Evaluation and Award Methodology: Acquisition of items will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. The Government intends to base award determination on the offer that provides the lowest priced quote to the Government and can meet the servicing requirements outlined in the attached SOW. Offerors are advised that the Contracting Officer will verify registration in the System for Award Management (SAM) database prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration will result in elimination from consideration for award. Description: The contractor shall provide all necessary supervision, labor, equipment, and material necessary to perform inspections, preventative maintenance, parts and repair elevators, dumbwaiters, and cart lift equipment in accordance with all the terms, conditions, provisions, specifications, and schedules outlined in the statement of work. Submission of Quote: Quotes must be received no later than 12:00 PM CDT Monday, March 27, 2017. The anticipated date of award will be approximately April 1, 2017. It is the responsibility of the offeror to ensure their quote is received in its entirety by the POC listed below prior to the solicitation closing date and time. Quotes will only be accepted by email. All quotations must be sent in.pdf, or.docx format only to Paula Moore, Contract Specialist @ paula.moore2@va.gov. Include the following in your subject line: Quotations submitted in response to VA263-17-Q-0439. Questions regarding this requirement must be emailed to the Contract Specialist, no later than 1:00 PM. CDT on Wednesday, March 22, 2017. Questions will not be addressed via telephone. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91 effective 30 September 2016. The following clauses and provisions apply to this solicitation: FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222-26 :Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, FAR 52.222-36 Affirmative Action For Workers With Disabilities, FAR 52.212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.252-2 Clauses incorporated by Reference and FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract are all incorporated by full reference. 52.212-2 EVALUATION-COMMERCIAL ITEMS JAN 1999 (IAW FAR 12.301(c)(1)) Addendum to 52.212-2: The VA will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and is determined the Lowest Price Technically Acceptable (LPTA) offer using FAR Part 12 and 13. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government s best interest. The following factors shall be used to evaluate offerors. The LPTA Evaluation Factors are: FACTOR 1: Technical Proposal FACTOR 2: Past Performance FACTOR 3: Price Proposal FACTOR 1 TECHNICAL PROPOSAL The Government shall evaluate the technical proposals on an acceptable/unacceptable basis. Ratings are as follows: Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Only the proposals determined technically acceptable will be considered for further evaluation. The proposal shall be evaluated against the following factors: Subfactor 1: NEBB Certified Description: This subfactor evaluates that the contractor has met and maintains all the requirements of the National Environmental Balancing Bureau for firm certification in testing, adjusting, and balancing and is currently certified by NEBB. Measure of Merit: This requirement is met when the offeror provides proof/copy of current NEBB certifications. See paragraph two (2) of the statement of work. FACTOR 2 - PAST PERFORMANCE Offerors will be evaluated on an acceptable/unacceptable basis. The Government will review the Past Performance Information Retrieval System (PPIRS) and Federal Awardee performance and Integrity Information System (FAPIIS). NOTE: In the case of an offeror without a record of past performance or for whom information on past performance is not available and a rating cannot be assigned, the offeror may not be rated acceptable or unacceptable. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptable/unacceptable, Unknown shall be considered Acceptable. D. FACTOR 3 PRICE PROPOSAL The offeror s price proposal will be evaluated as follows: An offeror s proposed prices will be evaluated by multiplying the line item quantities by the proposed unit prices for each contract line item number to confirm the extended amount for each. Unit prices will prevail. The price evaluation will document the completeness and reasonableness of the proposed total price for the offers evaluated. Offerors are specifically advised that under this evaluation method, the Government may determine an offer unacceptable if the prices proposed are materially unbalanced between line items. Prices are materially unbalanced if they are significantly overstated or understated in relation to the actual cost of that work. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Thus, the offeror s Total Evaluated Price (TEP) for the purpose of evaluation will include the base period and all option periods. Offerors are required only to price the base and option CLINs. E. AWARD PROCESS The Government intends to award to the lowest priced technically acceptable offeror with an acceptable past performance rating. In accordance with 13.106-2(b)(3), the Government is not required to establish a competitive range, conduct discussions, or score offers. Consistent with simplified acquisition procedures, the evaluation process is as follows: Technical: All offerors will be evaluated for Technical Acceptability. Proposals must be rated technically Acceptable in order to be considered for award. Past Performance: All offerors that received an Acceptable technical rating will then enter the past performance evaluation. Offerors past performance must be rated Acceptable in order to be considered for award. Price: The Government will then rank all offerors that received an Acceptable technical evaluation and an Acceptable past performance evaluation from lowest to highest total evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA26317Q0439/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-17-Q-0439 VA263-17-Q-0439.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3344053&FileName=VA263-17-Q-0439-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3344053&FileName=VA263-17-Q-0439-000.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: Nebraska-Western Iowa VA;Health Care System
Zip Code: 68105
 
Record
SN04437217-W 20170318/170316234514-41a9d2111b9de30f2b347fa09f71e0e5 (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.