Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
DOCUMENT

J -- Uninterrupted Power Supply Preventative Maintenance and Technical Support - Attachment

Notice Date
3/14/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA CENTRAL WESTERN MASSACHUSETTS HCS;Acquisitions-90;421 North Main Street;Leeds MA 01053-9764
 
ZIP Code
01053-9764
 
Solicitation Number
36C24118Q0186
 
Response Due
3/23/2018
 
Archive Date
4/22/2018
 
Point of Contact
Gary Chandler
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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 36C241-18-Q-0186 and the solicitation is issued as a request for quotation (RFQ). (iii) 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 Service Disabled Veteran Owned Small Business set-aside. The associated NAICS code is 811219 Other Electronic and Precision Equipment Repair and Maintenance with a small business size standard is $20.5 million. (v) The Government intends to award a firm-fixed priced award for 12 months with four optional periods of performance. The Contractor shall provide all supervision, material, equipment, facilities and labor to perform and provide emergency services within a 24 hour period, 24 hour technical support, semi-annual and annual services for the uninterrupted power supply (UPS), as per the Statement of Work (SOW), at the Bedford VAMC. Please see the attached SOW and the Price Schedule below for full requirement details and pricing submission. Item # Description Qty Unit Price Amount 0001 PROVIDE 1 ANNUAL, 2 EACH BI-ANNUAL PREVENTIVE MAINTENANCE VISITS AND 24 HOUR TECHNICAL SUPPORT, FOR THE UNINTERRUPTED POWER SUPPLY SYSTEM LOCATED IN BLDG 3 AND 61, IN ACCORDANCE WITH THE STATEMENT OF WORK. Base Year 04/15/2018 04/14/2019 1 YR 0002 EMERGENCY SERVICES WITHIN A 24 HOUR PERIOD OR SOONER INCLUDING TRAVEL FOR THE UNINTERRUPTED POWER SUPPLY SYSTEM LOCATED IN BLDG 3 AND 61, IN ACCORDANCE WITH THE STATEMENT OF WORK. Base Year 04/15/2018 04/14/2019 1 EA 0003 PARTS, REPAIRS AND BATTERIES - THE CONTRACTOR SHALL PROVIDE PARTS, REPAIRS AND BATTERIES AS NEEDED. THE CONTRACTOR SHALL PROVIDE A COPY OF SUPPLIER QUOTES WITH EACH INVOICE. -NOT TO EXCEED Base Year 04/15/2018 04/14/2019 1 YR 1001 PROVIDE 1 ANNUAL, 2 EACH BI-ANNUAL PREVENTIVE MAINTENANCE VISITS AND 24 HOUR TECHNICAL SUPPORT, FOR THE UNINTERRUPTED POWER SUPPLY SYSTEM LOCATED IN BLDG 3 AND 61, IN ACCORDANCE WITH THE STATEMENT OF WORK. Option Year One 04/15/2019 04/14/2020 1 YR 1002 EMERGENCY SERVICES WITHIN A 24 HOUR PERIOD OR SOONER INCLUDING TRAVEL FOR THE UNINTERRUPTED POWER SUPPLY SYSTEM LOCATED IN BLDG 3 AND 61, IN ACCORDANCE WITH THE STATEMENT OF WORK. Option Year One 04/15/2019 04/14/2020 1 EA 1003 PARTS, REPAIRS AND BATTERIES - THE CONTRACTOR SHALL PROVIDE PARTS, REPAIRS AND BATTERIES AS NEEDED. THE CONTRACTOR SHALL PROVIDE A COPY OF SUPPLIER QUOTES WITH EACH INVOICE. -NOT TO EXCEED Option Year One 04/15/2019 04/14/2020 1 YR 2001 PROVIDE 1 ANNUAL, 2 EACH BI-ANNUAL PREVENTIVE MAINTENANCE VISITS AND 24 HOUR TECHNICAL SUPPORT, FOR THE UNINTERRUPTED POWER SUPPLY SYSTEM LOCATED IN BLDG 3 AND 61, IN ACCORDANCE WITH THE STATEMENT OF WORK. Option Year Two 04/15/2020 04/14/2021 1 YR 2002 EMERGENCY SERVICES WITHIN A 24 HOUR PERIOD OR SOONER INCLUDING TRAVEL FOR THE UNINTERRUPTED POWER SUPPLY SYSTEM LOCATED IN BLDG 3 AND 61, IN ACCORDANCE WITH THE STATEMENT OF WORK. Option Year Two 04/15/2020 04/14/2021 1 EA 2003 PARTS, REPAIRS AND BATTERIES - THE CONTRACTOR SHALL PROVIDE PARTS, REPAIRS AND BATTERIES AS NEEDED. THE CONTRACTOR SHALL PROVIDE A COPY OF SUPPLIER QUOTES WITH EACH INVOICE. -NOT TO EXCEED Option Year Two 04/15/2020 04/14/2021 1 YR 3001 PROVIDE 1 ANNUAL, 2 EACH BI-ANNUAL PREVENTIVE MAINTENANCE VISITS AND 24 HOUR TECHNICAL SUPPORT, FOR THE UNINTERRUPTED POWER SUPPLY SYSTEM LOCATED IN BLDG 3 AND 61, IN ACCORDANCE WITH THE STATEMENT OF WORK. Option Year Three 04/15/2021 04/14/2022 1 YR 3002 EMERGENCY SERVICES WITHIN A 24 HOUR PERIOD OR SOONER INCLUDING TRAVEL FOR THE UNINTERRUPTED POWER SUPPLY SYSTEM LOCATED IN BLDG 3 AND 61, IN ACCORDANCE WITH THE STATEMENT OF WORK. Option Year Three 04/15/2021 04/14/2022 1 EA 3003 PARTS, REPAIRS AND BATTERIES - THE CONTRACTOR SHALL PROVIDE PARTS, REPAIRS AND BATTERIES AS NEEDED. THE CONTRACTOR SHALL PROVIDE A COPY OF SUPPLIER QUOTES WITH EACH INVOICE. -NOT TO EXCEED Option Year Three 04/15/2021 04/14/2022 1 YR 4001 PROVIDE 1 ANNUAL, 2 EACH BI-ANNUAL PREVENTIVE MAINTENANCE VISITS AND 24 HOUR TECHNICAL SUPPORT, FOR THE UNINTERRUPTED POWER SUPPLY SYSTEM LOCATED IN BLDG 3 AND 61, IN ACCORDANCE WITH THE STATEMENT OF WORK. Option Year Four 04/15/2022 04/14/2023 1 YR 4002 EMERGENCY SERVICES WITHIN A 24 HOUR PERIOD OR SOONER INCLUDING TRAVEL FOR THE UNINTERRUPTED POWER SUPPLY SYSTEM LOCATED IN BLDG 3 AND 61, IN ACCORDANCE WITH THE STATEMENT OF WORK. Option Year Four 04/15/2022 04/14/2023 1 EA 4003 PARTS, REPAIRS AND BATTERIES - THE CONTRACTOR SHALL PROVIDE PARTS, REPAIRS AND BATTERIES AS NEEDED. THE CONTRACTOR SHALL PROVIDE A COPY OF SUPPLIER QUOTES WITH EACH INVOICE. -NOT TO EXCEED Option Year Four 04/15/2022 04/14/2023 1 YR TOTAL= (vi) The Contractor shall provide all supervision, material, equipment, facilities, transportation and labor to provide emergency services within a 24 hour period, 24 hour technical support, semi-annual and annual services for the uninterrupted power supply (UPS) at the Bedford VA Medical Center in accordance with the Statement of Work. (vii) The Places of Performance is the Bedford VA Medical Center Bedford, 200 Springs Road, Bedford, MA 01730. The period of performance shall be 12 months with four 12 month Optional periods of performance. (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 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.233-2 Service of Protest (SEPT 2006); 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71; Alternate Protest Procedure (JAN 1998); 852.270-1 Representatives of Contracting Officers (JAN 2008); (ix) Submission of Quotes and Evaluation process: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. The Government will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and considering it will not delay our purchase. (2) Quotes shall be submitted electronically via email to Gary.Chandler@va.gov. (3) Questions shall be submitted to the Contract Specialist 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 03/27/2018 at 8:00 AM 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) Site Visit is scheduled for Thursday, 03/22/2018 at 0900 at the VA Medical Center, Bedford, MA, Building 80, Conference Room, park behind building #6. Please send an email to gary.chandler@va.gov if you plan on attending. Any potential changes to the statement of work or questions, noted during the site visit must be submitted in writing by the question due date. The Contracting Officer is the only person that is authorized to change the requirement via an amendment to the RFQ. (5) 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. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:   Price - Vendor will complete the Price Schedule (above) with proposed contract line item prices inserted in appropriate spaces.   Past Performance: Provide (2) 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 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 to include PPIRS. 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. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8  by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. (x) 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. 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: 52.203-17 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); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 52.237-3 Continuity of Services (JAN 1991); 852.203-70 Commercial Advertising (JAN 2008), 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.237-70 Contractor Responsibilities (APR 1984). 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 Months. (End of Clause) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) Subcontracting Commitments - Monitoring and Compliance This solicitation includes FAR 52.219-14 and VAAR 852.219-10. 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 contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract 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 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, Restrictions on Subcontractor Sales to the Government (SEPT 2006); 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016); 52.204-14, Service Contract Reporting Requirements (OCT 2016); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); 52.219-8, Utilization of Small Business Concerns (NOV 2016), 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 (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015); 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.222-41, Service Contract Labor Standards (MAY 2014); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); Wage Determination Applicable (WD 2015-4047 REV 04). (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 03/30/2018 at 10:00 AM. RFQ responses must be submitted via email to: Gary.Chandler@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Gary Chandler (Gary.Chandler@va.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NoVAMC/VAMCCO80220/36C24118Q0186/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118Q0186 36C24118Q0186.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4150402&FileName=36C24118Q0186-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4150402&FileName=36C24118Q0186-000.docx

 
File Name: 36C24118Q0186 Attachment 1 - Statement of Work 36C241-18-Q-0186 UPS PMs and Tech Support.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4150403&FileName=36C24118Q0186-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4150403&FileName=36C24118Q0186-001.docx

 
File Name: 36C24118Q0186 Attachment 2 - Past Performance Worksheet.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4150404&FileName=36C24118Q0186-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4150404&FileName=36C24118Q0186-002.xlsx

 
File Name: 36C24118Q0186 Attachment 3 - Wage Determination 15-4047 Bedford.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4150405&FileName=36C24118Q0186-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4150405&FileName=36C24118Q0186-003.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: VA Medical Center Bedford;200 Springs Road;Bedford, MA
Zip Code: 01730-1114
 
Record
SN04854191-W 20180316/180314231311-148c8253b353f03a4a738fcc2006fb67 (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.