Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
DOCUMENT

J -- Generator PM & Emergency Response Base Plus 4 Op Years - Attachment

Notice Date
8/11/2017
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24117Q0597
 
Response Due
8/25/2017
 
Archive Date
10/24/2017
 
Point of Contact
Gina Petrino
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis Solicitation Northampton VAMC Generator Preventative Maintenance and Emergency Response & Repair Services (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-0597 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 an open market, service-disabled veteran-owned small business set-aside. The associated NAICS code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and small business size standard is $7.5 million. (v) The Government intends to award a firm-fixed price award for generator preventative maintenance and emergency response and repairs at the Northampton VAMC. Please see the attached Statement of Work for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Generator preventative maintenance and emergency response and repairs as described in the SOW. Contract Period: Base POP Begin: POP End: 1.00 YR __________________ __________________ 1001 Generator preventative maintenance and emergency response and repairs as described in the SOW. Contract Period: Option 1 POP Begin: POP End: 1.00 YR __________________ __________________ 2001 Generator preventative maintenance and emergency response and repairs as described in the SOW. Contract Period: Option 2 POP Begin: POP End: 1.00 YR __________________ __________________ 3001 Generator preventative maintenance and emergency response and repairs as described in the SOW. Contract Period: Option 3 POP Begin: POP End: 1.00 YR __________________ __________________ 4001 Generator preventative maintenance and emergency response and repairs as described in the SOW. Contract Period: Option 4 POP Begin: POP End: 1.00 YR __________________ __________________ GRAND TOTAL __________________ (vi) The Contractor shall provide all resources necessary to provide generator preventative maintenance and emergency response and repairs IAW the attached Statement of Work. Please see the attached SOW for full requirement details. (vii) The Place of Performance is the VA Central Western Massachusetts, 421 North Main Street, Leeds, MA 01053-9764. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.216-1 Type of Contract (APR 1984), 52.233-2 Service of Protest (SEPT 2006); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), 852.270-1 Representatives of Contracting Officers (JAN 2008). (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 (xv) 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 Gina.Petrino@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. A site visit is scheduled for August 22nd, 2017 at 10:00 AM EST in Building 7, Room # 114 at the Northampton VAMC. The cut-off date and time for receipt of questions is 08/23/2017 at 10:00 AM EST. Questions received after this date and time may not be answered. Questions shall 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. Evaluation Process: Award shall 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 shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall 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 shall complete the attached Price Schedule, 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 Labor Standards. 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. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant).   Please utilize Attachment 1 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.   Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Statement of Work. Contractor shall provide a quality control plan, which explains the offerors approach to quality control and methodologies. An example quality assurance surveillance plan is attached, see Attachment 2 QASP and can be utilized as a template. Contractor shall provide all current and relevant licenses and/or certifications for the State of Massachusetts. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. (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: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011), 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), CL-120 Supplemental Insurance Requirements, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (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), 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 Contractor Responsibilities (APR 1984). Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the 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 compliance with the subcontracting commitments. (xii) 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, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable (Central Western Massachusetts VAMC Hampshire County WD 15-4095 (Rev.-5) was first posted on www.wdol.gov on 08/01/2017), 52.222-55, 52.222-62. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 08/29/2017 at 10:00 AM EST. RFQ responses must be submitted via email to: Gina.Petrino@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Gina Petrino (Gina.Petrino@va.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24117Q0597/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0597 VA241-17-Q-0597.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727967&FileName=VA241-17-Q-0597-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727967&FileName=VA241-17-Q-0597-000.docx

 
File Name: VA241-17-Q-0597 P09 - SOW Gernerator Maintenance.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727968&FileName=VA241-17-Q-0597-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727968&FileName=VA241-17-Q-0597-001.docx

 
File Name: VA241-17-Q-0597 S02 - Attachment 1 - Past Performance Worksheet.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727969&FileName=VA241-17-Q-0597-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727969&FileName=VA241-17-Q-0597-002.xlsx

 
File Name: VA241-17-Q-0597 S02 - Attachment 2 - QASP.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727970&FileName=VA241-17-Q-0597-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727970&FileName=VA241-17-Q-0597-003.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: Northampton VAMC;421 North Main Street;Leeds, MA
Zip Code: 01053
 
Record
SN04624965-W 20170813/170811231931-4fe5ecad3a4a31d5c5db640a1bbefcd0 (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.