Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
DOCUMENT

59 -- Upgrade JC Metasys | St. Pete - Attachment

Notice Date
7/20/2017
 
Notice Type
Attachment
 
NAICS
334512 — Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
 
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
VA101V17Q0282
 
Response Due
7/25/2017
 
Archive Date
9/23/2017
 
Point of Contact
Scott Russell
 
E-Mail Address
Russell@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Amendment 00002 The purpose of this amendment is to change the following: Change the monitor installation from room 204 to room 205 in sections 1.1 Scope and 3.2.1 Install Metasys ADS/ADX server. Please see highlighted changes in the attached SOW. All other terms and conditions remain unchanged. This is a combined synopsis/solicitation RFQ VA101V-17-Q-0282 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 intends to issue one Firm Fixed Price Purchase Orders for the below line items to the responsible contractor whose quote, conforming to the solicitation, is considered the Best Value offer. Award will be made on an all or none basis. 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. The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. This requirement is a Total Service Disable Veteran Owned Small Business (SDVOSB) Set-aside in accordance with Public Law 109-461, Veterans First Program. Only offers from SDVOSB 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 SDVOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. The applicable NAICS Code is 334512 Automatic Environmental Control Manufacturing for Residential, Commercial and Appliance Use and has a small business size standard of 500 EMP. Any offeror who does not meet the size standards for this NAICS code shall be rejected as non-responsive and shall not be considered for award. Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. **A site visit is scheduled for 10:00 AM EST on 07 July 2017 at the St. Petersburg VBA Regional Office, 9500 Bay Pines BLVD, St. Petersburg Fl. 33708. Interested parties must RSVP no later than 06 July 2017 at 10:00 AM EST. All RSVPS shall be initiated by contacting the Contracting Officer (Scott Russell) at Scott.Russell@VA.gov. The Contracting Officer will acknowledge the RSVP s and provide final site visit instructions. All questions pertaining to this Combined Synopsis/Solicitation or the site visit shall be directed to Scott Russell at scott.russell@va.gov. Questions are due by 12:00 PM EST on 13 July 2017. Questions will be collated and answered in the form of an amendment. CLIN 0001: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to supply and install a BRAND NAME ONLY Johnson Controls Metasys ADS/ADX server software with JC Metasys Graphics+ software to include the Graphics Generation Tool (GGT) software on a contractor purchased work station (computer) with sufficient memory and associated components (RAM, VRAM, graphics accelerators, graphics cards, etc.) to efficiently display the BAS graphics on two wall mounted 42 monitors provided by the contractor in room 204 in accordance with the Statement of Work (SOW). Quantity: 1 Unit of Measure: Job Price $____________ Description of Requirement (Award 1) The St Petersburg VA Regional Office (VARO) has one remote desktop terminal slaved to the Johnson Controls Metasys Building Automation System (BAS) hosted on a server located in the Energy Center at the C.W. Bill Young VA Medical Center (Bay Pines). The Johnson Control Metasys is designed to monitor the building systems in buildings 46 and 47 of the VARO. The current configuration does not allow the VBA Facility Managers in building 46 and 47 to monitor and manipulate the building systems. The current configuration does not incorporate any graphics display that is essential for monitoring building system(s) performance and operations. To correct this shortcoming, the St Petersburg VARO intends to purchase and install a Johnson Controls Metasys ADS/ADX server at the VARO on their own centralized control station that can efficiently monitor the building's heating, ventilation, air conditioning, lighting and other systems through a building management / building automation system (BAS). By incorporating the Johnson Controls ADS/ADX Metasys BAS the VARO Facility Managers will be able to improve occupant comfort, better manage (improve efficiency) operation of building systems, reduce energy consumption and operating costs, and improved life cycle of utilities. The Johnson Controls Metasys provides the computer networking of electronic devices designed to monitor and control the mechanical, security, Life Safety (fire and flood safety), lighting (emergency lighting), HVAC, humidity control, ventilation systems as well as the outside irrigation systems at the St Petersburg VA Regional Office. Provisions: FAR 52.212-1, Instructions to Offerors Commercial Items, 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 Representation (DEVIATION 2015-02) (FEB 2015) 52.204-7 System for Award Management. 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) 52.204-22 Alternative Line Item Proposal 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (DEVIATION) MAR 2012) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-2 Evaluation-Commercial Items (OCT 2014) 52.216-1 Type of Contract (APR 1984) [fill in as follows] Firm Fixed Price 52.233-2 Service of Protest (SEPT 2006) [fill in as follows] the Contracting Officer 52.237-1 Site Visit. 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) [fill in as follows] http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-1) 52.212-2 Evaluation -- Commercial Items does apply. (a) 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, based on comparative evaluations of the offers. The following factors shall be used to evaluate offers: i. Technical Capability: The offeror shall provide a technical description of the Johnson Control Metasys system to verify that it meets the brand name only requirements, a detailed schedule reflecting each phase of the installation, and the tentative location and dates for follow on training. ii. Price IAW FAR 13.106-3(a) Price will be evaluated to determine reasonableness based the total price. iii. Past performance Recent and relevant past performance shall be discussed for the prime contractor and/or any team members or teaming partners proposed to support this contract. The Offeror is provided an opportunity to submit a list of no more than three (3) contracts These contracts shall include the Offeror s most recent and relevant past performance information on projects which are similar in size, scope, and complexity to the requirement being procured under this solicitation. FAR 52.212-3 Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have 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 ____________. Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 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) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp 52.252-6 Authorized Deviations in Clauses. 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Service Data Manuals (NOV 1984) 852.211-73 Brand Name or Equal (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (Nov 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 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. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (4) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2016) (8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013). (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (MAR 2007) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (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) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) Paragraph c applicable clauses: None (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. Electronics Technical Series, 0856: GS11/2; $29.29 (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) Offers are due no later than 25 July, 2017 by 5:00 PM EST. The vendor must be active in SAM to receive an award. Vendor is to ensure the following information is on their written quote: Unit Price, Estimated Installation Date, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Included with each quote, the Offeror is to provide the following: Quotes shall be submitted electronically via email to Scott.Russell@va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation # VA101V-17-Q-0282. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Scott Russell at (336) 251-0633 or by e-mail at Scott.Russell@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0282/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-17-Q-0282 A00002 VA101V-17-Q-0282 A00002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3674115&FileName=VA101V-17-Q-0282-A00002000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3674115&FileName=VA101V-17-Q-0282-A00002000.docx

 
File Name: VA101V-17-Q-0282 A00002 S02 - SOW_JC Metasys Update 20 July 2017.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3674116&FileName=VA101V-17-Q-0282-A00002001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3674116&FileName=VA101V-17-Q-0282-A00002001.pdf

 
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: DVA/VBA Saint Petersburg FL RO;9500 Bay Pines Blvd;St. Petersburg, FL
Zip Code: 33708
 
Record
SN04588958-W 20170722/170720235745-19b8f5756b9008b5ab0cf92368e917bb (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.