Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
DOCUMENT

J -- Maintenance for Medical, Dental and House air and vacuum (VA-18-906284) - Attachment

Notice Date
1/18/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q0193
 
Response Due
2/7/2018
 
Archive Date
3/9/2018
 
Point of Contact
BOWSKY, JARROD
 
E-Mail Address
.Bowsky@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
Page 4 of 4 Page 4 of 4 COMBINED SYNOPSIS/SOLICITATION PREVENTIVE MAINTENANCE SERVICE OF MEDICAL/DENTAL/RESEARCH/PLANT AIR AND VACUUM SYSTEM AT NEW JERSEY HEALTHCARE SYSTEM (NJHCS), EAST ORANGE CAMPUS AND JAMES J. HOWARD COMMUNITY BASED OUTPATIENT CLINIC, BRICK, NJ (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13.5- Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written pre-solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q0193. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a Notice of Total Small Business Set-Aside and applies to all items in this solicitation. The North American Industry Classification System (NAICS) code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $20.5 Million. (v) See attached Price/Cost Schedule and shall be submitted separately. (vi) Description of requirement (See attached Scope of Work to include Wage determination information. The contractor shall provide all parts and labor identified in the Scope of Work. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: New Jersey Healthcare System (NJHS), East Orange Campus Facility Maintenance Service 385 Tremont Avenue East Orange, NJ 07018-109595 James J. Howard Community Based Outpatient Clinic (CBOC) 970 Route 70 Brick, NJ 08724 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. In accordance with 52.212-2 award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable. (1) Technical Capability to meet all of the requirements of the SOW, please provide a maximum 10 page capability statement. (2) Past performance: please provide three (3) references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). Complete the Price/Cost Schedule contained in the RFQ for all items listed for solicitation. SUBMIT THE COMPLETED SCHEDULE AS A SEPARATE DOCUMENT. Technical and past performance when combined, are more important than price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 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) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-3 Continuity of Services (JAN 1991) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.237-70 Contractor Responsibilities (APR 1984) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) 001AL-11-15- B Subcontracting Commitments - Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set-Aside (NOV2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is attached to this combined synopsis/solicitation. (xiv) N/A (xv) This is an open-market total small business set-aside combined synopsis/solicitation for Preventive Maintenance Service of Medical/Dental/Research/Plant Air and Vacuum System at New Jersey Healthcare System (NJHS), East Orange Campus and James J. Howard Community Based Outpatient Clinic, Brick, NJ.    The government intends to award a Firm Fixed Price (FFP) contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received not later than 4:30 PM EST, Wednesday, February 07, 2018. The government shall only accept electronic submissions via email, please send all quotations to Jarrod Bowsky at Jarrod.Bowsky@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Request for Information (RFI) will not be accepted after Thursday, January 25, 2018 @ 2:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jarrod Bowsky, Contracting Officer, 914 737-4400 x2058, Jarrod.Bowsky@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q0193/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q0193 36C24218Q0193_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4025925&FileName=36C24218Q0193-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4025925&FileName=36C24218Q0193-000.docx

 
File Name: 36C24218Q0193 FINAL SOW 561-18-2-5100-0009.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4025926&FileName=36C24218Q0193-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4025926&FileName=36C24218Q0193-001.pdf

 
File Name: 36C24218Q0193 PRICE SCHEDULE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4025927&FileName=36C24218Q0193-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4025927&FileName=36C24218Q0193-002.docx

 
File Name: 36C24218Q0193 New Jersey Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4025928&FileName=36C24218Q0193-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4025928&FileName=36C24218Q0193-003.pdf

 
File Name: 36C24218Q0193 BRICK AND TINTON FALLS CBOC WD.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4025929&FileName=36C24218Q0193-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4025929&FileName=36C24218Q0193-004.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04793108-W 20180120/180118231230-843e97c118ae7274c49b2b6e05b7c211 (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.