DOCUMENT
H -- Boiler Cleaning - Attachment
- Notice Date
- 7/10/2017
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office1;Augusta, ME 04430;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24117Q0510
- Response Due
- 7/17/2017
- Archive Date
- 9/15/2017
- Point of Contact
- Corey Labbe
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA241-17-Q-0510 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This requirement is being issued as a small business set-aside. The associated NAICS code is 238220 Plumbing, Heating, and Air Condition Supply and Irrigation Systems and small business size standard is $15.0 million. (v) The Government intends to award a firm-fixed priced award. The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation to perform Boiler Cleaning services for the West Haven VAMC. Please see the attached Statement of Work (Attachment 1), Price Schedule and Evaluation below for full requirement details and pricing submission. PRICE SCHEDULE: The Contractor shall furnish all parts, labor, travel and tools necessary to perform all chemical water treatment supplies and services for the Newington and West Haven VA Medical Centers in accordance with the attached terms and specifications detailed in the Performance Work Statement. Description Quantity Unit Unit Price Amount Boiler Cleaning 1 JB (vi) The Contractor shall furnish all parts, labor, travel and tools necessary to perform Boiler Cleaning Services for the West Haven VA Medical Centers in accordance with the Statement of Work. (vii) The Places of Performance are noted on Page 1 of the Performance Work Statement. (viii) Provision at 52.212-1, Instructions to Offerors Commercial (JAN 2017), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1, 52.204-22, 52.209-5, 52.216-1, 52.233-2, 852.215-70, 852.233-70, 852.233-71, 852.252-70, and 852.270-1. (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xviii) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to corey.labbe@va.gov (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 07/12/2017 at 4:30 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. (5) Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror will complete the Price Schedule in Section (v), with offerors proposed contract line item prices inserted in appropriate spaces. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Act Labor Standards. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information, brief description of the work completed, and contract # (if relevant). Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2, 52.203-99, 52.203-17, 52.204-4, 52.204-18, 52.217-8, 52.217-9, 52.219-14, 52.228-5, 52.232-40, 852.203-70, 852.215-71, 852.232-72, 852.237-70. (xii) Clause 52.219-6, Notice of Total Small Business Set-Aside(Nov 2011) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. (xiii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-42, 52.222-43, 52.222-55 (xiv) All contract requirement(s) and/or terms and conditions are stated above. (xv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xvi) RFQ responses are due 07/17/2017 at 12:00 PM EST. RFQ responses must be submitted via email to: corey.labbe@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvii) The POC of this solicitation is Corey Labbe (corey.labbe@va.gov).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24117Q0510/listing.html)
- Document(s)
- Attachment
- File Name: VA241-17-Q-0510 VA241-17-Q-0510.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3646900&FileName=VA241-17-Q-0510-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3646900&FileName=VA241-17-Q-0510-000.docx
- File Name: VA241-17-Q-0510 P01- SOW Revised boiler cleaning.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3646901&FileName=VA241-17-Q-0510-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3646901&FileName=VA241-17-Q-0510-001.docx
- File Name: VA241-17-Q-0510 S02 - Attachment 2 - Past Performance Worksheet.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3646902&FileName=VA241-17-Q-0510-002.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3646902&FileName=VA241-17-Q-0510-002.xlsx
- File Name: VA241-17-Q-0510 Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3646903&FileName=VA241-17-Q-0510-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3646903&FileName=VA241-17-Q-0510-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-17-Q-0510 VA241-17-Q-0510.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3646900&FileName=VA241-17-Q-0510-000.docx)
- Place of Performance
- Address: VAMC West Haven, CT;950 Campbell Ave;West Haven, CT
- Zip Code: 06516
- Zip Code: 06516
- Record
- SN04572878-W 20170712/170710235328-2ff77b01a82e7c175a1b5404c3d8787d (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 |