Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
DOCUMENT

J -- UPS Maintenance Agreement - Des Moines VARO - Attachment

Notice Date
4/26/2017
 
Notice Type
Attachment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
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
VA101V17Q0207
 
Response Due
5/26/2017
 
Archive Date
8/24/2017
 
Point of Contact
Rebecca S. Quilhot
 
E-Mail Address
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 4 of 6 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-0207 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. The solicitation is set aside for exclusively for Service-Disabled Veteran- Owned Small Business concerns only. The applicable NAICS Code for this solicitation is 811212 and the Small Business Size limitation is $27.5 Million. 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. Uninterrupted Power Supply (UPS) Maintenance Agreement for the Des Moines VA Regional Office, 210 Walnut Street, Des Moines, IA 50309. The contractor shall provide all services, parts, labor, materials, equipment, facilities and transportation to accomplish the work as set forth in the Statement of Work. ITEM UNIT NO. DESCRIPTION QTY UNIT PRICE AMOUNT 0001 Base Period: 10/01/2017 09/30/2018 12 MO $ __________ $ ____________ 1001 Option Period 1: 10/01/2018 09/30/2019 12 MO $ __________ $ ____________ 2001 Option Period 2: 10/01/2019 09/30/2020 12 MO $ __________ $ ____________ 3001 Option Period 3: 10/01/2020 09/30/2021 12 MO $ __________ $ ____________ 4001 Option Period 4: 10/01/2021 09/30/2022 12 MO $ __________ $ ____________ Description of Requirement SCOPE OF WORK FOR MAINTENANCE AGREEMENT VA REGIONAL OFFICE DES MOINES IA UPD/PDU ELECTRICAL SYSTEMS The Department of Veterans Affairs, Des Moines, IA Regional Office, Office of Information and Technology is seeking a Maintenance Contract for the following equipment: Liebert eXM 15kVA/15kW UPS Model# 47SAO15BACF0O84 Serial # 1795511 Input Voltage: 208/120v Output Voltage 208/120v 3Phase, 4Wire plus ground Single Input Configuration IntelliSlot Unity Dual Protocol Card Model #: IS-Unity-DP Batteries Internal Model: EnerSys HX205 Quantity: 144 Run Time: 110 Minutes Contractor provides 24/7 UPS maintenance and emergency support. Contractor responds to onsite calls in four (4) or fewer hours. Contractor provides verbal estimate for any and all costs for parts, which will then be approved by the Regional Office Director or their representative before installation. Contractor has all parts readily available for onsite installation. Contractor provides technical assistance by phone for IT questions. This includes a specific technical point of contact with a complete listing of all contractor points of contact. Contractor provides four (4) quarterly scheduled inspections, including semi-annual preventive maintenance for both the UPS and batteries. Quarterly inspections shall also include but are not limited to the following: Evaluating the integrity of the battery/rack cabinet Evaluating the general appearance and cleanliness of the battery system Completing a comprehensive visual inspection of cells/units for cracks leaks, and excessive bulging of containers Inspecting for evidence of corrosion at the terminals and connectors Inspecting for loose or damaged parts Verifying the cleanliness of cell/unit tops Recording ambient battery room temperature Measuring and recording AC ripple voltages and current applied to the battery system Contractor provides a written report of inspection results to include deficiencies and an action plan for correction. Any parts provided by the contractor during inspection and preventive maintenance also include any manufacturer warranties and expiration dates. Contractor performs semi-annual preventive maintenance to include the following: Cleaning all filters Vacuuming interior of all equipment to address dust buildup around the transformer Re-torque terminal screws as needed, but at least once (1) time every three (3) years Cleaning all terminals Measuring and recording the float voltage of all cell/units. Measuring and recording the total battery float voltage and charging current Checking torque on 100% of all of the inter-cell/unit connection resistances on systems that allow it, using a calibrated digital micro-ohmmeter Contractor includes all travel and labor. Contractor provides current factory certification for each engineer. Billing: Payment for all services will be made monthly in arrears upon receipt of an itemized invoice containing the following information: VA Contract Number / Obligation Number Company Name and Address Invoice Date Invoice Number (Note: Each Invoice must have a different Invoice Number) Dates of Services performed Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the invoice. Name, title and phone number of company point of contact to notify in case of a defective invoice. Holidays: The contractor will not be required to perform any work for the government on any of the following federal holidays: New Year s Day, Martin Luther King Jr s Birthday, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Veteran s Day, Thanksgiving Day, and Christmas Day. Service Contract Labor Wages This contract incorporates the wages and fringe benefits of the following wage determinations A. Service Contract Labor Wages Occupation Wage (Including Fringe Benefits) WD 15-4979 (Rev.-1) Electronics Tech Maint II $30.91 The contractor shall pay each employee that performs work under this contract at least the wages and fringe benefits indicated on the Wage Determination and the table above. The Government may require submission of payrolls, conduct labor interviews, or perform other investigations to determine that clients are receiving the wages and fringe benefits required under this contract. Superintendence of Contractor The contractor shall, at all times and while work is being performed under this contract, provide supervision and superintendence of workers under this contract. The contractor shall also provide superintendence of all prime and subcontractor work performed, regardless of whether or not the subcontractor is providing his or her own superintendence. Changes Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through actions of parties other than the Contracting Officer shall be borne by the contractor. Confidentiality and Non-Disclosure 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of this task order. 2. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials, pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. Contract Security Requirements The C&A requirements do not apply to this contract. A security accreditation package is not required. Contractor personnel will be escorted at all times by Department of Veterans Affairs personnel while performing any work in the Des Moines VA Regional Office. vii. Period of Performance: 10/01/2017 to 09/30/2018 viii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) 52.204-7 System for Award Management. 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership of Control of Offeror (JUL 2016) 52.204-20 Predecessor of Offeror (APR 2016) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (DEVIATION) MAR 2012) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-2 Evaluation-Commercial Items (OCT 2014) 52.216-1 Type of Contract (APR 1984) 52.217-5 Evaluation of Offers (JUL 1990) 52.232-38 Submission of Electronic Funds Transfer Information With Offer (MAY 1999) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) VAAR 852.273-74 Awards Without Exchanges (JAN 2003) ix. FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. Offers will be evaluated on price only. x. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (JAN 2017) applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. xi. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUL 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance Work on a Government Installation (JAN 1997) (a) Workers compensation and employer s liability. Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statuses. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance policy, except when contract operations are so commingled with a contractor s commercial operations that it would not be practical to require this coverage. Employer s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200.00 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) LIMITATIONS ON SUBCONTRACTING - - MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor s offices where the contractor s business records or other proprietary data are retained and to review such business records regarding the contractor s compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor s business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) xii. 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: (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2015) (8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (14) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (16) 52.219-8 Utilization of Small Business Concerns (OCT 2014) (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (SEP 2016) (29) 52.222-35 Equal Opportunity for Veterans (OCT 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (31) 52.222-37 Employment Reports of Veterans (FEB 2016) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (57) 52.232-3 3 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) Paragraph c clauses applicable: (1) 52.222-41 Service Contract Labor Standards (MAY 2014) (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (THIS IS NOT A WAGE DETERMINATION) EMPLOYEE CLASS WAGE + FRINGE BENEFITS Electronics Tech Maint II $23.27 + $7.64 (3) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) xiii. N/A xiv. N/A xv. Offers are due no later than May 26, 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-0207. 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 along with your quote. 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. xvi. 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/VA101V17Q0207/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0207 VA101V-17-Q-0207.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3446012&FileName=VA101V-17-Q-0207-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3446012&FileName=VA101V-17-Q-0207-000.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: Veterans Benefits Administration;Des Moines VA Regional Office;210 Walnut Street;Des Moines IA
Zip Code: 50309
 
Record
SN04486934-W 20170428/170426235944-5f1c87086255d6388a6cf3e6c8e95c9e (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  © 1994-2020, Loren Data Corp.