Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2017 FBO #5770
DOCUMENT

K -- Install 12kV transformer test ports - Attachment

Notice Date
9/8/2017
 
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 Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
VA26117Q0764
 
Response Due
9/20/2017
 
Archive Date
10/20/2017
 
Point of Contact
angela.oppenheimer@va.gov
 
E-Mail Address
angela.oppenheimer@va.gov
(angela.oppenheimer@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotations are being requested and a written solicitation will not be issued. The commercial items procedures of FAR Part 12 will be used. NAICS code is 811310, size standard $7.5M. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94,2005-95 / 01-19-2017. This is a small business set-aside. Only electronic offers will be accepted. Offers are due to angela.oppenheimer@va.gov by 11:00 AM. Pacific Time, Thursday, September 21st, 2017. CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 00261 Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California HealthCare System 150 Muir Road Martinez CA 94553-4668 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X] Upon Government acceptance 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs FMS-VA-2(101) Financial Services Center PO Box 149971 Austin, TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE Project No: 640-17-920 12kV Transformer Oil Sampling Port Installation ver. 17 August 2017 Scope of Work 1.0 General Information 1.1 The contractor must provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to install external test ports for annual oil sampling located at each oil filled transformer through Palo Alto, Menlo Park, and Livermore divisions of the Veterans Affairs Palo Alto Health Care System (VAPAHCS). A total of fifty-nine (59) transformers exists across all three sites need external test ports installed. 1.2 The objective of this project is to install lockable NEMA 3R enclosures on the external wall of each transformer, and extend the existing oil sampler valve, gauges, and pressure relief valves (where applicable) to the new enclosure. The extend ports and gauges will penetrate the exterior wall of the transformer to allow safe sampling without the need to break the plane of the internal mechanisms and energized equipment. The enclosures shall be equipped with a hinged cover and ability to accept pad locks. 1.3 The contractor must perform to the standards in this contract. It is the intent of VAPAHCS that this project shall take no longer than 120 calendar days from the notice to proceed to complete. 1.4. The contractor shall submit all project performance related documentation with a cover/transmittal sheet for official review and acceptance. Any submittal provided without a transmittal sheet shall be rejected and returned to the sender. 1.5. This project shall be coordinated with the appointed COR to insure minimal impact to the facilities normal operations. Scheduling of work shall be at the convenience of the VAPAHCS and commence only once approved by the COR. 1.6. The contractor shall be responsible for verifying all site conditions, ensuring staff and subcontractors perform in a professional manner, and conducting business safely and fully prepared to site conditions. 1.7. The contractor shall provide operation and maintenance instructions, and manufacturer documentation at the completion of the project. Manufacturer documentation and maintenance schedule to be provided in close out documents. 1.8. The contractor shall provide a one year full parts and labor warranty on all project performance in addition to any manufacturer warranty. 1.9. The contractor shall provide all personal protective equipment, site specific safety equipment, and other necessary equipment/materials to complete this project as deemed by COR, industry standards, this SOW, all related specifications, applicable code requirements, and site policy. 1.10. The contractor shall provide daily cleanup and securing of work site, including securing tools and equipment. Disposal of all waste and debris is at the contractor s own expense in contractor supplied disposal receptacles. 1.11.0 Quality Control: The contractor shall provide quality control (QC) of all work conducted and the individual appointed as the QC Officer shall be educated, experienced, and competent in the field of work this scope encompasses. The QC Officer credentials shall be submitted as a transmittal to the COR for review fifteen (15) days after the effective date of contract award and whenever there are major turnover of personnel. A major turn-over is two or more employees. a. The Contractor shall implement and maintain a complete quality control program (QCP) so that all requirements are provided for as specified in all sections of this contract. The Contractor s QCP shall include but not be limited to the following: b. A statement describing how the Contractor will meet the basic requirements of this contract (including staffing levels, time of response) shall be provided to the COR fifteen (15) days after effective date of contract award and whenever there are major turnover of personnel. A major turn-over is two or more employees. c. A method for identifying deficiencies in the quality of services performed before the performance deficiency becomes unacceptable. The QCP shall contain processes for corrective actions without dependence upon Government direction and shall maintain records of all Contractor QC inspections and corrective actions. d. A method of recording or logging the activities of the Contractor, which would demonstrate the Contractor's ability to maintain the minimum requirements of this contract. e. Updated QCPs shall be submitted to the COR within 5 working days when changes are made thereafter. After acceptance of the QCP, the Contractor shall receive the COR s approval in writing of any proposed change to the QAP. 1.12 Security: The contractor and their personnel shall be subject to the same Federal laws, regulations, standards, and VA policies as VA personnel regarding information and information system security, accessing VA facilities, and working on VA property. a. The Contractor shall wear and display temporary ID badges to be provided by the VA Police (reference: IAW Health Care System (HCS) Memorandum (Memo) No. 07-10-14, Attachment C) while working on VAPAHCS property. b. The Contractor shall safeguard government equipment, information and property provided for Contractor s use. The Contractor shall secure job site facilities, equipment and materials at the end of each work period. c. The contractor shall restrict access only to the work area and designated lay down areas. The contractor shall submit (prior to beginning of work) a request for staging/laydown area/yard to the COR for approval if applicable. d. The contractor shall submit personnel lists prior to performance and provided updated personnel lists/rosters whenever staffing changes. All personnel submitted for work site access shall have OSHA 10/30 documentation submitted as applicable to job site conditions. All Contractor employees will be approved by the COR prior to start of work. If, at any time from date of award to the end of the contract, a non-key Contractor personnel is no longer available, the COR has the right to accept or reject new personnel. 1.13.0. Hours of Operation: Normal working hours are be 8:00am 4:00 pm Monday-Friday excluding Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. a. Non-Normal working hours are any days/time outside normal working hours to include: Saturdays, Sundays, and any time outside 8:00AM-4:00PM Monday-Friday. b. Federal Holidays. The Contractor shall not work on recognized holidays: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day and any other day designated by the President. c. Work scheduling shall be submitted to the COR for approval prior to commencement of work. Any request to utility shutdown must be requested in writing at a minimum of 28 days prior to the requested day of shutdown. Utility shut down requests shall include duration of shutdown, isolation point, job hazard analysis, method of procedure, requested dates and times, and shall clearly state safety procedures required to make safe and conduct work. Any additional requests for supporting documents to be included in the utility outage request made by the facility or the COR shall be provided by the contractor at no additional expense to the government. Utility shut down requests are dependent upon COR/Facilities review, VAPAHCS staffing availability, and written approval from the COR. 1.14. Codes and Standards: The Contractor shall follow all current applicable codes and standards to this type of work including but not limited to Health Care System Memorandums (HCSM), OSHA Guidelines, Lock-out-Tag-out, Rules of Station, NFPA, and etcetera. In the event that any code/standard is found to be contradictory; the authority having jurisdiction (COR) shall make the final determination and work shall proceed at no additional cost to the Government. 1.15.0 Qualifications of Contractor Personnel: The Contractor shall be fully staffed on the first day of contract performance, and prepared to maintain a fully trained staff through the life of the contract. The Contractor shall have sufficient and qualified staff to begin work on effective date of contract. a. Project Manager. The Project Manager (PM) shall be physically on-site during normal work hours and shall be responsible for performance of all work. The PM shall possess a minimum of three years of experience within the last five years in the field of work this project encompasses. PM s work experience should be similar to the size and magnitude of this contract and fully conversant in the English language. b. Removal of Personnel. The Contractor shall remove any employee from the performance of this contract immediately upon receipt of CO notice. The Contractor employees shall be removed immediately when he/she is involved in a violation of the Terms and Conditions of the contract, criminal behavior, violation of VA security, confidentiality requirements and/or other disciplinary reasons. 2.0 Submittals (Deliverables) due after award -Accident Prevention Plan -Quality Control Plan -Work/Performance Plan (to include scheduling) -Schedule of Values -Material/equipment submittals -Performance related personnel list (for security submission) -Personnel Certifications (OSHA, trades, etc.) -Shop Drawings -Permits as required for this type of work -Others as requested by the COR 3.0 Specific Tasks 3.1 The contractor shall install each component listed within the specific tasks section 3.0 per oil filled transformer on the three main VAPAHCS campuses, Palo Alto (PAD), Menlo Park (MPD), and Livermore (LVD). 3.2 The contractor shall provide and install one new NEMA 3R rated stainless steel enclosure sized to enclose the transformers oil sampling valve, vent valve, and pressure-vacuum gauge. 3.3 The contractor shall provide and install all extensions from the existing valves and gauges from within the transformer enclosure through the exterior wall and into the new NEMA enclosure. The extension shall be of high-quality, high temperature, weather resistant hoses. Hoses shall be rated at a minimum of 1,720 psi, and connect to the external enclosure through a bulkhead type fitting. 3.4 The contractor shall provide and install all valve, vent, and gauges within the new NEMA enclosure. Oil valve shall be bronze sized to the existing size within the transformer (1 typically). 3.5 The new enclosures shall include a NEC rated grounding lug, static ground, hinged cover, padlock acceptable locking mechanism, NEMA 3R rated, made from substation quality stainless steel, and bolted to the transformer exterior wall. 4.0 Documentation 4.1 Work Plan: The Contractor shall submit a work plan outlining the company plans to complete a quality project within a given amount of time and in compliance with this firm fixed price contract. 4.2 Schedule: The Contractor shall submit a project schedule and simplified three-week look-ahead schedule. 4.3 Submittals: The Contractor shall submit project submittals to the COR with a transmittal coversheet for review. Any submittal submitted without a transmittal cover sheet will be returned for revision. 4.4 Quality Control Plan: The Contractor shall outline the procedures that the contractor will use to ensure that a high-quality product is produced for this contract. See SOW 3.0. 4.5 Safety Plan: The Contractor shall outline the safety procedures that comply with applicable federal, state and local laws, the Occupational, Safety and Health Act (OSHA) (Public Law 91-596) and the resulting standards, OSHA Standards 29 CFR 1910 and 1926, as applicable, and the protection of their employees and subcontracted companies/employees. 4.6 Meeting Minutes: The Contractor shall record and track meeting minuets and submit to COR for editing and approval. 4.7 Inspection Records (Dailies): The Contractor shall submit weekly inspection testing and reports to COR. 5.0 Technical Exhibits 5.1 Specifications (see attached, listed below) Section 01 00 00 General Requirements Section 01 42 19 Reference Standards Section 01 74 19 Construction Waste Management Section 01 91 00 General Commissioning Requirements Section 02 41 00 Demolition Section 07 92 00 Joint Sealants Section 13 05 41 Seismic Restraint Requirements for Non-Structural Components Section 26 05 11 Requirements for Electrical Installation Section 26 05 26 Grounding and Bonding for Electrical Systems Section 26 05 33 Raceway and Boxes for Electrical Systems 5.2 Site Maps 5.3 Transformer List 5.4 Sample Port Price / Cost Schedule IT# DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE EXTENDED TOTAL 1 Install lockable NEMA 3R enclosures on external wall of each transformer; extend existing oil sampler valve, gauges, and pressure relief valves (where applicable) to new enclosure at three (3) sites in VA Palo Alto Health Care System. See Statement of Work (above) and Transformer Port List (attached) for details. 59 EACH $_____________ GRAND TOTAL $__________________ $______________________ Delivery Schedule DELIVERY DATE Delivery / Work Locations: VA Palo Alto Division (36 transformers) 3801 Miranda Avenue Palo Alto, CA 94304-1290 VA Menlo Park Division (15 transformers) 795 Willow Road Menlo Park, CA 94025-2539 VA Livermore Division (8 transformers) 4951 Arroyo Road Livermore, CA 94550-9650 Delivery and installation to be coordinated with designated Point of Contact (POC) TBD. Work shall be completed within 120 days following notice to proceed. SOLICITATION PROVISIONS and CONTRACT CLAUSES Clauses FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purposes of this clause, the fill-in s are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (July 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 Service Data Manuals (Nov 1984) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) VAAR 852.246-71 Inspection (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.246-70 Guarantee (Jan 2008) For the purposes of this clause, the fill-in is one year. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov  2015). (3) 52.233-3, Protest After Award (Aug  1996) (31  U.S.C.  3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct  2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph  (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept  2006), with Alternate  I (Oct  1995) (41  U.S.C.  4704 and 10  U.S.C.  2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct  2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June  2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct  2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct  2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct  2016) (Pub. L. 111-117, section 743 of Div. C). _X (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct  2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul  2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov  2011) (15  U.S.C.  657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct  2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15  U.S.C.  657a). __ (ii) Alternate I (Jan  2011) of 52.219-4. __ (13) [Reserved] _X (14)(i)  52.219-6, Notice of Total Small Business Set-Aside (Nov  2011) (15  U.S.C.  644). __ (ii) Alternate  I (Nov  2011). __ (iii) Alternate  II (Nov  2011). __ (15)(i)  52.219-7, Notice of Partial Small Business Set-Aside (June  2003) (15  U.S.C.  644). __ (ii) Alternate  I (Oct  1995) of 52.219-7. __ (iii) Alternate  II (Mar  2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Nov  2016) (15  U.S.C.  637(d)(2) and (3)). __ (17)(i)  52.219-9, Small Business Subcontracting Plan (Jan  2017) (15  U.S.C.  637(d)(4)). __ (ii) Alternate  I (Nov  2016) of 52.219-9. __ (iii) Alternate  II (Nov  2016) of 52.219-9. __ (iv) Alternate  III (Nov  2016) of 52.219-9. __ (v) Alternate  IV (Nov  2016) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov  2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Jan  2017) (15  U.S.C.  637(a)(14)). __ (20) 52.219-16, Liquidated Damages Subcon-tracting Plan (Jan  1999) (15  U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov  2011) (15  U.S.C. 657 f). X (22)  52.219-28, Post Award Small Business Program Rerepresentation (Jul  2013) (15  U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec  2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec  2015) (15 U.S.C. 637(m)). X (25) 52.222-3, Convict Labor (June  2003) (E.O.  11755). X (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Oct  2016) (E.O.  13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr  2015). X (28) 52.222-26, Equal Opportunity (Sept  2016) (E.O.  11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Oct  2015)(38  U.S.C.  4212). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul  2014) (29  U.S.C.  793). __ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec  2010) (E.O. 13496). X (33)(i) 52.222-50, Combating Trafficking in Persons (Mar  2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar  2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct   2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. __ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). __ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA Designated Items (May  2008) (42  U.S.C.  6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate  I (May  2008) of 52.223-9 (42  U.S.C.  6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun  2016) (E.O. 13693). __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun  2016) (E.O. 13693). __ (40)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (Jun  2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct  2015) of 52.223-13. __ (41)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (Jun  2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun  2014) of 52.223-14. __ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (43)(i)  52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (Oct  2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun  2014) of 52.223-16. X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug  2011) (E.O. 13513). X (45) 52.223-20, Aerosols (Jun  2016) (E.O. 13693). __ (46) 52.223-21, Foams (Jun  2016) (E.O. 13693). __ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. X (48) 52.225-1, Buy American Supplies (May  2014) (41  U.S.C.  chapter 83). __ (49)(i)  52.225-3, Buy American Free Trade Agreements Israeli Trade Act (May  2014) (41 U.S.C. chapter 83, 19  U.S.C. 3301 note, 19  U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate  I (May  2014) of 52.225-3. X (iii) Alternate  II (May  2014) of 52.225-3. __ (iv) Alternate  III (May  2014) of 52.225-3. __ (50) 52.225-5, Trade Agreements (Oct  2016) (19  U.S.C.  2501, et  seq., 19  U.S.C.  3301 note). X (51) 52.225-13, Restrictions on Certain Foreign Purchases (June  2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct  2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov  2007) (42  U.S.C. 5150). __ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov  2007) (42  U.S.C. 5150). __ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb  2002) (41  U.S.C.  4505, 10  U.S.C.  2307(f)). __ (56) 52.232-30, Installment Payments for Commercial Items (Jan  2017) (41  U.S.C.  4505, 10  U.S.C.  2307(f)). X (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul  2013) (31  U.S.C.  3332). __ (58) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul  2013) (31  U.S.C.  3332). __ (59) 52.232-36, Payment by Third Party (May  2014) (31  U.S.C.  3332). __ (60) 52.239-1, Privacy or Security Safeguards (Aug  1996) (5  U.S.C.  552a). __ (61) 52.242-5, Payments to Small Business Subcontractors (Jan  2017)(15 U.S.C. 637(d)(12)). __ (62)(i)  52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb  2006) (46  U.S.C.  Appx.  1241(b) and 10  U.S.C.  2631). __ (ii) Alternate  I (Apr  2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph  (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). X (2) 52.222-41, Service Contract Labor Standards (May  2014) (41  U.S.C.  chapter 67). X (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May  2014) (29  U.S.C.  206 and 41  U.S.C.  chapter 67). This Statement is for Information Only: Employee Class Monetary Wage Fringe Benefits 23530 Machinery Maintenance Mechanic $37.64/hour / $4.13/hour (San Mateo Co.) __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May  2014) (29  U.S.C.  206 and 41  U.S.C.  chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (May  2014) (29  U.S.C.  206 and 41  U.S.C.  chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (May 2014) (41  U.S.C.  chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (May  2014) (41  U.S.C.  chapter 67). __ (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) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May  2014) (42 U.S.C. 1792). __ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept  2008) (31  U.S.C. 5112(p)(1)). (d)  Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph  (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3  years after final payment under this contract or for any shorter period specified in FAR  subpart  4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs  (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct  2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov  2016) (15  U.S.C.  637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May  2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr  2015) (vi) 52.222-26, Equal Opportunity (Sept  2016) (E.O.  11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct  2015) (38  U.S.C.  4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul  2014) (29  U.S.C.  793). (ix) 52.222-37, Employment Reports on Veterans (Feb  2016) (38  U.S.C.  4212) (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec  2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May  2014) (41  U.S.C.  chapter 67). (xii) 52.222-50, Combating Trafficking in Persons (Mar  2015) (22  U.S.C. chapter 78 and E.O 13627). Alternate I (Mar  2015) of 52.222-50 (22  U.S.C. chapter 78 and E.O 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May  2014) (41  U.S.C.  chapter 67). (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May  2014) (41  U.S.C.  chapter 67). (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec  2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct  2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, GSA, DoD and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct  2016)). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xx)(A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct  2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May  2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb  2006) (46  U.S.C. Appx.  1241(b) and 10  U.S.C.  2631). Flow down required in accordance with paragraph  (d) of FAR clause  52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Provisions FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purposes of this provision, the fill-in s are http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Jan 2017) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2017) 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) The following factors Technical Capability, Past Performance, and Price will be evaluated, and the VA will make an award to the vendor that represents the best value to the Government. The quotes will be evaluated on a comparative basis in accordance with FAR Part 13.106-2(b)(3). EVALUATION CRITERIA TECHNICAL CAPABILITY: To be considered for award, vendor shall: Explain their technical capability in performing the specific tasks stated in the Statement of Work, including oil sampling, transformer testing/maintenance, and utility construction. Submit a resume of qualifications for key personnel, including, but not limited to, Project Managers, Superintendents, Quality Control Officers, Safety Officers, and Inspectors, that are proposed for the project. The Government will evaluate the quotes using the following adjectival rating: Exceptional, Good, Acceptable, Marginal, and Unacceptable. PAST PERFORMANCE: To be considered for award, vendor shall explain their relevant and demonstrated past performance experience in testing/maintenance/construction electrical utility/service. To address relevancy, include three (3) references in your quote that have (or have had, within the last five (5) years) demonstrated experience with your company in performing work of the same or similar type, scope, magnitude and complexity as this requirement. For each reference, include the following: Contract number; Contract start date Contract end date Short description explaining the type, scope, magnitude and complexity of the contract; Point of contact, including name, title, phone number and email address. The Government may contact some or all references provided to assess past performance in these areas: Ability to meet delivery schedules and turn-around times. Ability to comply with the technical requirements and terms and conditions of the contract. Ability to satisfy the customer in meeting their technical needs. The Government reserves the right to obtain information about vendors for use in evaluating past performance from any or all sources, including the Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov. Past Performance will be evaluated for relevancy and for the probability that vendor will successfully accomplish the proposed effort, based on demonstrated past and present performance. A vendor who does not have any relevant past performance and/or there is no information on past performance available, past performance shall not be evaluated favorably or unfavorably. PRICE: The quote shall contain the vendor s best terms from a price standpoint. The price quote will be evaluated in terms of fairness and reasonableness. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q0764/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-0764 VA261-17-Q-0764_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785328&FileName=VA261-17-Q-0764-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785328&FileName=VA261-17-Q-0764-000.docx

 
File Name: VA261-17-Q-0764 Attachment - Technical Exhibit 5.1 - Specifications - 640-17-920.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785329&FileName=VA261-17-Q-0764-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785329&FileName=VA261-17-Q-0764-001.pdf

 
File Name: VA261-17-Q-0764 Attachment - Technical Exhibit 5.2 - Site Maps - 640-17-920 Technical Exhibit.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785330&FileName=VA261-17-Q-0764-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785330&FileName=VA261-17-Q-0764-002.pdf

 
File Name: VA261-17-Q-0764 Attachment - Technical Exhibit 5.4 - Sample Port - Sampling Enclosure Example Photos.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785331&FileName=VA261-17-Q-0764-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785331&FileName=VA261-17-Q-0764-003.pdf

 
File Name: VA261-17-Q-0764 Attachment - Technical Exhibit 5.3 - Transformer List as of 9-5-17.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785332&FileName=VA261-17-Q-0764-004.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785332&FileName=VA261-17-Q-0764-004.xlsx

 
File Name: VA261-17-Q-0764 Attachment - DOL SCA Wage Determination - Alameda County.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785333&FileName=VA261-17-Q-0764-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785333&FileName=VA261-17-Q-0764-005.pdf

 
File Name: VA261-17-Q-0764 Attachment - DOL SCA Wage Determination - San Mateo County.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785334&FileName=VA261-17-Q-0764-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785334&FileName=VA261-17-Q-0764-006.pdf

 
File Name: VA261-17-Q-0764 Attachment - DOL SCA Wage Determination - Santa Clara County.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785335&FileName=VA261-17-Q-0764-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3785335&FileName=VA261-17-Q-0764-007.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04667982-W 20170910/170908231214-91b6144f2e713e9ede85bd63522acb54 (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.