Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
DOCUMENT

58 -- Telematics for GSA Fleet Vehicles - Attachment

Notice Date
5/25/2017
 
Notice Type
Attachment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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
VA101V17Q0225
 
Response Due
6/19/2017
 
Archive Date
9/26/2017
 
Point of Contact
Rebecca S. Quilhot
 
E-Mail Address
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
 
Small Business Set-Aside
Total 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 multiple awards, firm fixed price awards. 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-0225 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. This procurement is being issued using Cascading Procedures. Reference the below listed Evaluation Addendum detailed in paragraph x., for complete guidance on order of preference. The applicable NAICS Code for this solicitation is 334220 and the Small Business Size limitation is 1,250 employees. Offers from SDVOB concerns must be 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 equipment, services, material, tools, labor, facilities transportation and supervision to furnish telematics equipment and monitoring devices and services to the Lincoln and Milwaukee VA Regional Offices. The telematics devices are to be installed in the cities where the vehicles are located as in the Statement of Work (SOW). at an assigned location (or locations), to be pre-determined by the Contractor.Revised to include new installation requirements. CLIN Description UNIT Qty Unit Price Total Price 0001 Fleet Manager Devices Lincoln VARO only EA 56 $ $ 0002 Installation Services Lincoln VARO only EA 56 $ $ 0003 Category 2 GPS Tracking & Vehicle Diag (Per Unit) Lincoln VARO only EA 56 $ $ 0004 Base Year Services Lincoln VARO Only MO 12 $ $ 0005 Fleet Manager Devices Milwaukee VARO only EA 59 $ $ 0006 Installation Services Milwaukee VARO only EA 59 $ $ 0007 Category 2 GPS Tracking & Vehicle Diag (Per Unit) Milwaukee VARO only EA 59 $ $ 0008 Base Year Services Milwaukee VARO only MO 12 $ $ 1001 Option Period One Lincoln VARO Only MO 12 $ $ 1002 Option Period One Milwaukee VARO Only MO 12 $ $ 2001 Option Period Two Lincoln VARO Only MO 12 $ $ 2002 Option Period Two Milwaukee VARO Only MO 12 $ $ 3001 Option Period Three Lincoln VARO Only MO 12 $ $ 3002 Option Period Three Milwaukee VARO Only MO 12 $ $ 4001 Option Period Four Lincoln VARO Only MO 12 $ $ 4002 Option Period Four Milwaukee VARO Only MO 12 $ $ TOTAL COST OF PROPOSAL: LINCOLN ONLY $ TOTAL COST OF PROPOSAL: MILWAUKEE ONLY $ Description of Requirement STATEMENT OF WORK TELEMATICS EQUIPMENT AND MONITORING SERVICES FOR GSA VEHICLES LINCOLN AND MILWAUKEE VA REGIONAL OFFICES (330/334) BACKGROUND This Statement of Work (SOW) is written in order to furnish and install telematics equipment in Government furnished vehicles and to provide monitoring services for these devices. The Department of Veteran Affairs, Lincoln Regional Office uses a fleet of 56 General Services Administration (GSA) leased Vehicles to conduct its various operations for the Fiduciary Hub. These vehicles are located in multiple States including Missouri, North Dakota, South Dakota, Nebraska, Kansas, Iowa, Oklahoma and Texas. The telematics devices will be installed in the cities where the vehicles are located. at an assigned location (or locations), to be pre-determined by the Contractor.Revised to include new installation requirements. The Department of Veterans Affairs, Milwaukee Regional Office uses a fleet of 59 General Services Administration (GSA) leased Vehicles to conduct its various operations for the Fiduciary Hub. These vehicles are located in multiple States including Missouri, Arkansas, Iowa, Illinois, Michigan, Indiana, Louisiana, Minnesota and Wisconsin. The telematics devices will be installed in the cities where the vehicles are located. at an assigned location (or locations), to be pre-determined by the Contractor.Revised to include new installation requirements. SCOPE The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to furnish telematics equipment and monitoring services to the Lincoln AND Milwaukee Regional Offices (RO). The equipment must be capable of capturing the following data as a minimum: Speed Location Data Idling Utilization Maintenance Fuel Consumption Emissions Data GSA Fleet Cars Assigned to Lincoln VA Regional Office ONLY STATE CITY ZIP CODE IOWA Pacific Junction 51561 KANSAS Eudora 66025 Mulvane 67110 Topeka 66610 Wichita 67203 MISSOURI Oak Grove 64075 NEBRASKA Lincoln (6 total) 68516 North Platte 69101 NORTH DAKOTA Bismarck 58503 Fargo 58102 OKLAHOMA Edmond 73034 Edmond 73012 Jenks 74037 Muskogee 74403 Stilwell 74960 SOUTH DAKOTA Hot Springs 57747 TEXAS Amarillo 79109 Arlington 76002 Canyon Lake 78133 Conroe 77304 Floresville 78114 Frisco 75035 Frisco 75034 Fort Worth 76120 Fort Worth 76179 TEXAS Cont d Grand Prairie 75052 Grand Prairie 75051 Grapevine 76051 Houston 77079 Hurst 76053 Killeen 76542 Lewisville 75067 Lumberton 77657 Mesquite 75149 Mico 78056 Mineola 75773 Nacogdoches 75964 New Braunfels 78130 Pearland 77581 Richland Springs 76871 Robinson 76706 Round Rock 78665 San Angelo 76903 San Antonio 78251 San Antonio 78244 San Benito 78586 Spring 77379 Spring 77373 Spring 77388 Wichita Falls 76302 GSA Fleet Cars Assigned to Milwaukee VA Regional Office ONLY STATE CITY ZIP CODE ARKANSAS Bryant 72022 North Little Rock 72118 Ward 72176 Little Rock 72209 IOWA Altoona 50009 Boone 50036 Ottumwa 52501 ILLINOIS Dolton 60419 Monee 60449 Batavia 60510 Chicago 60638 Peoria 61604 Edwardsville 62025 Wayne City 62895 INDIANA Hammond 46324 Rockville 47872 LOUISANA New Orleans 70127 Deridder 70634 Pride 70770 Shreveport 71119 West Monroe 71292 Slidell 70461 MICHIGAN Bessemer 49911 MINNESOTA Apple Valley 55124 Elk River 55330 Minneapolis 55408 Blaine 55434 Bloomington 55437 Rochester 55901 Fairmont 56031 MISSOURI St. Louis 63118 St. Louis 63129 St. Louis 63130 O Fallon 63366 Lake St. Louis 63367 Jackson 63755 Pleasant Hill 64080 Kansas City 64155 Chillicothe 64601 Columbia 65201 Grovespring 65662 Nixa 65714 WISCONSIN Burlington 63105 Lake Geneva 53147 Pleasant Prairie 53158 Silver Lake 53170 Waukesha 53186 Milwaukee (6 Cars Total) 53214 West Allis 53227 Middleton 53562 Prairie du Sac 53578 Green Bay 54311 Eau Claire 54701 Ogdensburg 54962 The installed equipment shall also possess the capability of being monitored via Contractor supplied computer software of web-based tracking. The contractor shall furnish and install telematics equipment in the vehicles, and provide monitoring services for each of the vehicles. Monitoring services shall be available to the Government 24 hours/day, 7 days/week. Contractor installation of equipment shall take place between the hours of 0800 1500, Monday through Friday. Contractor is to coordinate install dates and times in advance with the Contracting Officer. Installation must be performed by the Contractor or an authorized subcontractor. Installations must take place at an assigned location (or locations), to be pre-determined by the Contractor. All VBA staff assigned to a vehicle must be offered an installation location within 100 miles of the location of the vehicle (see below for list of fleet cars and locations). The Contractor is required to establish installation locations and available dates/times no less than two weeks prior to the anticipated installation date, and shall immediately notify the designated VBA points of contact of said dates/times. VBA points of contact will be required to contact the Contractor to schedule installation. The contractor shall offer installation services during normal business hours, and VBA staff will be required to bring assigned vehicles to the installation location. The Contractor is to ensure that the telematics devices are shipped directly to the arranged install location.This entire section was revised to reflect the new installation requirements. PERIOD OF PERFORMANCE The period of performance is for a base period of one-year and four one-year option periods. FEDERAL HOLIDAYS The contractor shall not be required, nor is authorized to perform any work on the following U.S. Government Federal holidays: New Year s Day, Martin Luther King Jr s Birthday, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. Contractor quotes shall include all travel and labor. 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. Information listed below appears in the order of State/County for each city shown above. A. Service Contract Labor Wages for LINCOLN VA REGIONAL OFFICE ONLY State City/County SCA Labor Wages Occupation Wage (Including Fringe benefits IA Pacific Junction/Mills WD 15-5005 (Rev.-1) 02/14/17 Automotive Worker $27.85 KS Eudora/Douglas WD 15-5335 (Rev.-1) 01/31/17 Automotive Worker $34.81 Mulvane/Sedgwick/Sumner WD 15-5341 (Rev.-4) 03/28/17 Automotive Worker $33.54 Topeka/Shawnee WD 15-5339 (Rev.-1) 01/31/17 Automotive Worker $30.20 Wichita/Sedgwick WD 15-5341 (Rev.-4) 03/28/17 Automotive Worker $33.54 MO Oak Grove/Jackson WD 15-5105 (Rev.-1) 01/31/17 Automotive Worker $34.81 ND Fargo/Cass WD 15-5379 (Rev.-1) 01/31/17 Automotive Worker $29.36 Bismarck/Burleigh WD 15-4969 (Rev.-2) 01/03/17 Automotive Worker $29.36 NE Lincoln/Lincoln WD 15-5357 (Rev.-1) 01/31/17 Automotive Worker $27.22 North Platte/Lincoln WD 15-5357 (Rev.-1) 01/31/17 Automotive Worker $27.22 OK Edmond/Oklahoma WD 15-5315 (Rev.-1) 03/28/17 Automotive Worker $29.61 Fort Gibson/Muskogee WD 15-5319 (Rev.-1) 02/14/17 Automotive Worker $29.32 Jenks/Tulsa WD 15-5317 (Rev.-1) 02/14/17 Automotive Worker $29.32 Muskogee/Muskogee WD 15-5319 (Rev.-1) 02/14/17 Automotive Worker $29.32 Stilwell/Adair WD 15-5319 (Rev.-1) 02/14/17 Automotive Worker $29.32 SD Hot Springs/Fall River WD 15-5377 (Rev.-2) 01/03/17 Automotive Worker $28.86 TX Amarillo/ Randall WD 15-5213 (Rev.-1) 03/21/17 Automotive Worker $25.23 Arlington/ Tarrant WD 15-5231 (Rev.-4) 03/21/17 Automotive Worker $31.10 Canyon Lake/ Comal WD 15-5253 (Rev.-1) 02/28/17 Automotive Worker $25.71 Conroe/ Montgomery WD 15-5233 (Rev.-5) 03/21/17 Automotive Worker $31.23 Floresville/ Wilson WD 15-5253 (Rev.-1) 02/28/17 Automotive Worker $31.10 Frisco/ Collin and Denton WD 15-5227 (Rev.-1) 02/28/17 Automotive Worker $31.10 (ALL) Ft. Worth/ Denton, Parker, Wise and Tarrant WD 15-5227 (Rev.-1) 02/28/17 WD 15-5231 (Rev.-4) 03/21/17 Automotive Worker $31.10 (ALL) Grand Prairie/ Dallas WD 15-5227 (Rev.-1) 02/28/17 Automotive Worker $31.10 Grapevine/ Dallas and Denton WD 15-5227 (Rev.-1) 02/28/17 Automotive Worker $31.10 (ALL) Houston/ Harris WD 15-5233 (Rev.-5) 03/21/17 Automotive Worker $31.23 Hurst/ Tarrant WD 15-5231 (Rev.-4) 03/21/17 Automotive Worker $31.10 Killeen/ Bell WD 15-5237 (Rev.-2) 01/03/17 Automotive Worker $25.48 Lewisville/ Denton WD 15-5227 (Rev.-1) 02/28/17 Automotive Worker $31.10 Lumberton/ Hardin WD 15-5217 (Rev.-3) 03/21/17 Automotive Worker $30.95 Mesquite/ Dallas WD 15-5227 (Rev.-1) 02/28/17 Automotive Worker $31.10 Mico/ Medina WD 15-5253 (Rev.-1) 02/28/17 Automotive Worker $25.71 Mineola/ Wood WD 15-5843 (Rev.-1) 03/21/17 Automotive Worker $32.67 Nacogdoches/ Nacogdoches WD 15-5279 (Rev.-4) 03/21/17 Automotive Worker $30.95 New Braunfels/ Comal and Guadalupe WD 15-5253 (Rev.-1) 02/28/17 Automotive Worker $25.71 (ALL) Pearland/ Brazoria WD 15-5233 (Rev.-5) 03/21/17 Automotive Worker $31.23 Richland Springs/ San Saba WD 15-5287 (Rev.-4) 03/21/17 Automotive Worker $26.96 Robinson/ McLennan WD 15-5261 (Rev.-1) 03/21/17 Automotive Worker $25.48 Round Rock/ Williamson WD 15-5215 (Rev.-4) 01/03/17 Automotive Worker $26.96 San Angelo/ Tom Green WD 15-5251 (Rev.-1) 02/28/17 Automotive Worker $25.23 San Antonio/ Bexar WD 15-5253 (Rev.-1) 02/28/17 Automotive Worker $25.71 San Benito/ Cameron WD 15-5219 (Rev.-2) 01/03/17 Automotive Worker $32.88 Spring/ Wise and Parker WD 15-5231 (Rev.-4) 03/21/17 Automotive Worker $31.10 (ALL) Wichita Falls/ Wichita WD 15-5263 (Rev.-1) 02/28/17 Automotive Worker $28.71 B. Service Contract Labor Wages for MILWAUKEE VA REGIONAL OFFICE ONLY State City/County SCA Labor Wages Occupation Wage (Including Fringe benefits AR Bryant/ Saline WD 15-5117 (Rev.-2) 01/03/17 Automotive Worker $25.92 North Little Rock/ Pulaski WD 15-5117 (Rev.-2) 01/03/17 Automotive Worker $25.92 Ward/ Lonoke WD 15-5117 (Rev.-2) 01/03/17 Automotive Worker $25.92 Little Rock/ Pulaski WD 15-5117 (Rev.-2) 01/03/17 Automotive Worker $25.92 IA Altoona/ Polk WD 15-4979 (Rev.-1) 02/14/17 Automotive Worker $29.00 Boone/ Boone WD 15-4995 (Rev.-2) 01/03/17 Automotive Worker $29.00 Ottumwa/ Wapello WD 15-5003 (Rev.-2) 01/03/17 Automotive Worker $31.88 IL Dolton/ Cook WD 15-5017 (Rev.-4) 03/21/17 Automotive Worker $33.11 Monee/ Will WD 15-4969 (Rev.-2) 01/03/17 Automotive Worker $33.11 Batavia/ DuPage and Kane WD 15-5017 (Rev.-4) 03/21/17 WD 15-5741 (Rev.-1) 03/21/17 Automotive Worker $33.11 (ALL) Chicago/ Cook WD 15-5017 (Rev.-4) 03/21/17 Automotive Worker $33.11 Peoria/ Peoria WD 15-5027 (Rev.-1) 02/14/17 Automotive Worker $32.26 Edwardsville/ Madison WD 15-5075 (Rev.-4) 03/21/17 Automotive Worker $33.73 IN Hammond/ Lake WD 15-4783 (Rev.-1) 02/14/17 Automotive Worker $33.11 Rockville/ Parke WD 15-4815 (Rev.-2) 01/03/17 Automotive Worker $34.00 LA New Orleans/ Orleans WD 15-5189 (Rev.-4) 03/21/17 Automotive Worker $26.66 Deridder/ Beauregard Parish WD 15-5197 (Rev.-3) 01/03/17 Automotive Worker $33.36 Pride/ E Baton Rouge Parish WD 15-5177 (Rev.-1) 02/28/17 Automotive Worker $26.66 Shreveport/ Caddo Parish WD 15-5191 (Rev.-1) 02/28/17 Automotive Worker $29.23 West Monroe/ Ouachita Parish WD 15-5187 (Rev.-1) 02/28/17 Automotive Worker $29.23 Slidell/ St. Tammany Parish WD 15-5189 (Rev.-4) 03/21/17 Automotive Worker $26.66 MI Bessesmer/ Gogebic WD 15-4871 (Rev.-2) 01/03/17 Automotive Worker $30.30 MN Apple Valley/ Dakota WD 15-4945 (Rev.-2) 01/03/17 Automotive Worker $33.60 Elk River/ Sherburne WD 15-4947 (Rev.-2) 01/03/17 Automotive Worker $33.60 Minneapolis/ Hennepin WD 15-4945 (Rev.-2) 01/03/17 Automotive Worker $33.60 Blaine/ Anoka WD 15-4945 (Rev.-2) 01/03/17 Automotive Worker $33.60 Bloomington/ Hennepin WD 15-4945 (Rev.-2) 01/03/17 Automotive Worker $33.60 Rochester/ Olmsted WD 15-4951 (Rev.-1) 02/14/17 Automotive Worker $32.71 Fairmont/ Martin WD 15-4965 (Rev.-1) 02/14/17 Automotive Worker $32.71 MO St Louis/ St. Charles WD 15-5075 (Rev.-4) 03/21/17 Automotive Worker $33.73 St Louis/ St. Charles WD 15-5075 (Rev.-4) 03/21/17 Automotive Worker $33.73 St. Louis/ St. Charles WD 15-5075 (Rev.-4) 03/21/17 Automotive Worker $33.73 O Fallon/ St. Charles WD 15-5075 (Rev.-4) 03/21/17 Automotive Worker $33.73 Lake St. Louis/ St. Charles WD 15-5075 (Rev.-4) 03/21/17 Automotive Worker $33.73 Jackson/ Cape Girardeau WD 15-5071 (Rev.-1) 01/03/17 Automotive Worker $33.73 Pleasant Hill/ Cass WD 15-5105 (Rev.-1) 01/31/17 Automotive Worker $34.81 Kansas City/ Clay WD 15-5105 (Rev.-1) 01/31/17 Automotive Worker $34.81 Chillicothe/ Livingston WD 15-5095 (Rev.-2) 01/03/17 Automotive Worker $34.81 Columbia/ Boone WD 15-5079 (Rev.-1) 02/28/17 Automotive Worker $33.73 Grovespring/ Wright WD 15-5101 (Rev.-1) 03/21/17 Automotive Worker $26.42 Nixa/ Christian WD 15-5087 (Rev.-1) 02/28/17 Automotive Worker $26.42 WI Burlington/ Racine and Walworth WD 15-4903 (Rev.-1) 02/14/17 WD 15-4913 (Rev.-1) 02/14/17 Automotive Worker $32.38 (ALL) Lake Geneva/ Walworth WD 15-4913 (Rev.-1) 02/14/17 Automotive Worker $32.38 Pleasant Prairie/ Kenosha WD 15-4937 (Rev/-2) 01/03/17 Automotive Worker $29.94 Silver Lake/ Kenosha WD 15-4937 (Rev.-1) 01/03/17 Automotive Worker $29.94 Waukesha/ Waukesha WD 15-4899 (Rev.-1) 02/14/17 Automotive Worker $32.38 Milwaukee/ Milwaukee WD 15-4899 (Rev.-1) 02/14/17 Automotive Worker $32.38 West Allis/ Milwaukee WD 15-4899 (Rev.-1) 02/14/17 Automotive Worker $32.38 Middleton/ Dane WD 15-4897 (Rev.-1) 02/14/17 Automotive Worker $29.80 Prairie du Sac/ Sauk WD 15-4927 (Rev.-2) 01/03/17 Automotive Worker $29.80 Green Bay/ Brown WD 15-4893 (Rev.-1) 02/14/17 Automotive Worker $31.74 Eau Claire/ Chippewa and Eau Claire WD 15-4889 (Rev.-1) 02/14/17 Automotive Worker $27.95 (ALL) Ogdensburg/ Waupaca WD 15-4923 (Rev.-2) 01/03/17 Automotive Worker $27.95 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. vii. Period of Performance: 6/12/2017 to 06/11/2018 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) 52.204-22 Alternative Line Item Proposal (JAN 2017) 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 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) 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. Addendum to 52.212-2 Evaluation Commercial Items Method of Award Cascade Procedure As follows: a. Any award(s) resulting from this solicitation will be made using the following cascading order of precedence. Offerors shall clearly record the business size and all business preference categories (i.e. SDVOSB, VOSB, HubZone, WOSB, Large Business, etc.) on the cover page of the offer. As a minimum, this cover page shall also include the following information: Business Name, Address, DUNS Number, Name, Phone number, and email address for the Primary Point of Contact, Tax Identification Number, and your GSA contract number if applicable to this solicitation. This cover page is a mandatory element of your offer as the offers will only be reviewed in accordance with the below criteria: i. For the purposes of determining the eligibility of Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) concerns, the offeror must be verified by the Center for Verification and Evaluation both at the time and date set for receipt of offers and at the time of award. Offers from SDVOSB or VOSB that are not registered at the time and date set for receipt of offers, will not receive first consideration as outlined in the addendum to 52.212-2, Evaluation, but will instead be considered for eligibility based on the applicable business size standard established in the System for Award Management Representations and Certifications.Added this language to be more clear on SDVOSB and VOSB consideration. For all other concerns, the business size standard established in the System for Award Management Representations and Certifications will be used for verification of eligibility. ii. In accordance with FAR Subpart 19.14 and PL 109-461, the first consideration for award will be made eligible Service Disabled Veteran Owned Small Business (SDVOSB) concerns. In order to be considered under subparagraph, the Government must receive two or more offers from eligible SDVOSB concerns at a fair and reasonable price. iii. If the Government does not receive two or more offers at a fair and reasonable price from eligible SDVOSB concerns, then offers will be considered from eligible Veteran Owned Small Business (VOSB) concerns. iv. If the Government does not receive two or more offers at a fair and reasonable price from eligible VOSB concerns, then offers will be considered from eligible Historically Underutilized Business Zone (HUBZone) concerns. v. If the Government does not receive two or more offers at a fair and reasonable price from eligible HUBZone concerns, then offers will be considered from eligible Women-Owned Small Business (WOSB) concerns. vi. If the Government does not receive two or more offers at a fair and reasonable price from eligible WOSB concerns, then offers will be considered from any other eligible Small Business concernsRevised this section to remove all references to Large Business.. b. When there is inadequate competition ay any tier, an otherwise competitive offer from a responsible business concern at that tier will be considered with the eligible offers for the next lower tier. For example, only one competitive offer is received from a SDVOB business. That offer will be included with the offer(s) received from all VOSB businesses. If there is still inadequate competition, the offer from the SDVOSB business will then be included with the SB Offer(s) received; finally, if there is inadequate competition at the SB tier, the SDVOB offer will be included with all responsive offers. i. If the offer being considered among the offers in the next lower tier is also from an eligible SDVOSB concern, then that offer shall receive a 10% price evaluation preference in accordance with VAAR clause 852.215-70. ii. If the offer being considered among the offers in the next lower tier is also from an eligible VOSB concern, then that offer shall receive a 5% price evaluation preference in accordance with VAAR clause 852.215-70. c. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. d. Pricing will be firm fixed price (FFP) for each line item identified. e. In the event that two or more SDVOSB or VOSC eligible offers are submitted at a fair and reasonable price, VAAR Clause 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, or VAAR 852.219-11, Notice of Veteran-Owned Small Business Set-Aside will be added to the resultant award(s). End of Addenda to FAR 52.212-2 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) 52.216-27 Single or Multiple Awards (OCT 1995) 52.217-5 Evaluation of Options (JUL 1990) 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 852.215-70 Service-Disabled Veteran-Owned Small Business Evaluation Factors (JUL 2016) VAAR 852.215-71 Evaluation Factors LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes 852.215-70 Service-Disabled Veteran-Owned Small Business Evaluation Factors. 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 Automotive Tech II - 05070 WG-8 (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 Offers are due no later than June 19, 2017 by 12:00 PM ESTChanged due date to June 19, 2017 @ 12:00 PM EST.. e. 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-0225. 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/VA101V17Q0225/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0225 A00003 VA101V-17-Q-0225 A00003.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3526680&FileName=VA101V-17-Q-0225-A00003000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3526680&FileName=VA101V-17-Q-0225-A00003000.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: Iowa, Kansas, Missouri, North/Soth Dakota,;Nebraska, Texas, Oklahoma, Illinois, Arkansas,;Illinois, Indiana, Louisana, Michigan, Minnesota,;Missouri and Wisconsin
Zip Code: 68516
 
Record
SN04523337-W 20170527/170526001954-f8837dd995ef9312bdcfd819511f5ec1 (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.