Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
DOCUMENT

H -- Provide Copper Silver Ionization Water Treatment System (VA-18-00035150) - Attachment

Notice Date
4/6/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
36C24218Q0362
 
Response Due
4/26/2018
 
Archive Date
6/25/2018
 
Point of Contact
Anthony Murray
 
E-Mail Address
26-6138<br
 
Small Business Set-Aside
N/A
 
Description
Page 7 of 9 Page 7 of 9 COMBINED SYNOPSIS/SOLICITATION COPPER SILVER IONIZATION WATER TREAMENT UNITS, INSTALLATION CONSULTATION AND PREVENTATIVE MAINTENANCE AT SYRACUSE VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR FAR 13.5 Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; packages are requested and a written pre-solicitation will not be issued. (ii) This solicitation is being issued as a request for quote (RFQ). The Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q0362. (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 an unrestricted, open market solicitation. The North American Industry Classification System (NAICS) code is 811219, Other Support Electronic & Precision Equipment Maintenance and Repair, with a small business size standard of $19.0 Million. (v) The Contractor shall provide pricing to provide Copper Silver Ionization Units, Consultation Services, and Preventative Maintenance Service. See attached table (It is not mandatory to use this table specifically, but it is encouraged. The contract specialist will need to distinguish between the varying costs of the procurement in order to make a determination on price reasonableness.) (vi) Description of requirement Syracuse VA Medical Center Syracuse, New York Statement of Work (SOW) Background: The Syracuse VA Medical Center in Syracuse, New York is currently seeking to purchase new copper-silver for two (2) locations at the Syracuse VA Medical Center and one (1) location at the Rome Clinic. The facility requires installation consultation services for the units as well as Preventative Maintenance Services for the units after installation. Scope of Work: Vendor shall provide and deliver to the Syracuse VAMC, new copper-silver water treatment systems as specified for three locations as follows: CL55 Location: System shall be sized and engineered to treat a domestic hot water system serving 13 floors, with serviced areas including 200 patient beds, intensive care unit, and 3 kitchen/cafeteria locations. Existing distribution characteristics include: Piping: Copper Recirculation Flow Rate: 20 GPM Design PH of Water: 7.7 Designed TDS of Water: 160 Designed conductivity of Water: 230 micro-ohms SCI Location: System shall be sized and engineered to treat a domestic hot water system serving 6 floors, with serviced areas including 20 patient beds, 7 operating Rooms plus same day surgery center and sterile processing locations. Existing distribution characteristics include: Piping: Copper Recirculation Flow Rate: 15 GPM Design PH of Water: 7.7 Designed TDS of Water: 160 Designed conductivity of Water: 230 micro-ohms Rome Clinic Locations: System shall be sized and engineered to treat a domestic hot water system serving 3 floors, with serviced areas including outpatient clinic areas. Existing distribution characteristics include: Piping: Copper Recirculation Flow Rate: 20 GPM Design PH of Water: Varies Designed TDS of Water: 6 82 ppm Designed conductivity of Water: 9 - 122 micro-ohms d. All Three Locations Require: i. Copper-Silver electronic liquid disinfection system, to include proportional control ii. Closed loop control system. Automatic control and production of copper and silver ions proportional to flow rates measured by flow meter, to maintain constant level of copper and silver ions in the circulated water stream Flow cell shall be designed for installation in recirculation loop, with bypass iii. Remote supervisory control and monitoring system Installation of provided equipment shall be by VA shop personnel. Vendor shall provide installation consultation services and start-up consultation. Preventative Maintenance Actions Include: quarterly recalibration of the system and fuel cell maintenance/cleaning Monthly testing of copper/silver ionization levels and analysis of data at 20 points. electrode replacement as needed, annual engineering consultation to assess system performance. Any other OEM specified maintenance or inspection. Preventative Maintenance Period of performance shall be finalized via a bilateral modification upon completion of all three units. Safety Requirements In the performance of this contract, the Contractor shall take such safety precautions, in accordance with VA Safety Regulations, OSHA, federal, state and local regulations which are reasonably necessary to protect the lives and health of occupants of the building as well as contractor personnel. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall upon receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work, and hold the Contractor in default. Period of Performance The estimated base period of performance (POP) will be from May 15, 2018 through May 14, 2019 with the provision of 4 option years. This is an estimated POP and the true POP will be from the date of award until 12 months after that. The base period will consist of purchase of the units, installation consultation, and preventative maintenance per the original equipment manufacturer s (OEM) specification. Each of the four option years will be for preventative maintenance only. Place of performance Performance shall occur at the Syracuse VA Medical Center, 800 Irving Ave, Syracuse, NY 13205 and Rome VA Community Based Outpatient Clinic Griffiss Park 125 Brookley Road, Building 510 Rome, NY 13441. Inspection Contractor is responsible for ensuring work area is clean and free of debris upon completion of each workday. Upon completion of service, the contractor will demonstrate full functionality in the presence of the COR. For preventative maintenance, quality assurance assessment will be performed by the COR. A report from the monthly testing and quarterly inspection shall be provided for the COR to review. If the COR is unavailable at that time, then the COR will need to have designated an authorized VA personnel to act in his place. This will constitute part of the inspection to be performed by the COR. The COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. No invoices will be processed for payment prior to the completion of POC inspection. Warranty Five year warranty required for all components of the system to include manufacturing defects, workmanship and materials. Contracting Office Address: VISN 2 Network Contracting Office - Albany 20 Madison Ave Extension Albany, New York 12203 Place of Performance: Syracuse VAMC 800 Irving Ave Syracuse, NY 13210 Rome Community Based Outpatient Clinic 125 Brookley Road, Building 510, Rome, NY 13441 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: solicitation number for this requirement as 36C24218Q362 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all of the technical evaluation factors and sub-factors. Failure to address all of the sub-factors will result in your package being determined incomplete. Terms of any express warranty Price. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Any disagreements with the terms that are not disclosed prior to the final date for RFI s will render the contractor non-responsive. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-17 Ownership or Control of Offeror (July 2016) 52.233-2 Service of Protest (SEPT 2006) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) [over SAT] 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 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. (a) The Government will award a Lowest Price Technically Acceptable (LPTA) contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Factors for Copper Silver Ionization Water Treatment System, Consultation and PM Technical Capability: Subfactor A - System Capability: Contractor shall provide documentation demonstrating their ability to provide an engineered copper-silver ionization system for the Syracuse and Rome domestic hot water systems. Subfactor B - Preventative Maintenance Capability: Contractor shall provide documentation demonstrating their ability to provide the required preventative maintenance in accordance with the SOW. Documentation must reference this requirement and the duties to be performed. Technical Experience: Subfactor A- System Experience: Contractor shall provide documentation demonstrating their experience with providing an engineered copper-silver ionization system. Must include a minimum of three (3) prior jobs where the prime contractor provided an engineered copper-silver ionization systems. Subfactor B Preventative Maintenance Experience: Contractor shall provide documentation demonstrating their experience with providing preventative maintenance service for a copper-silver ionization water treatment systems. Include a minimum of two examples of similar preventative maintenance programs for copper-silver systems, executed by your company. Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed in order for the contracting officer to properly evaluate price reasonableness and confirm pricing. 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. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) This requirement includes options executed under FAR 52.217-8. 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 efforts, and adding that amount to the base and other option years to arrive at the total. (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: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52204-4 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 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71 Inspection (JAN 2008) 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. 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.216-1, Type of Contract (APR 1984) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (OCT 2016) 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) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (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 unrestricted combined synopsis/solicitation to provide Copper Silver Ionization Units, Consultation Services, and Preventative Maintenance Service as defined herein.    The government intends to award a 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 12:00 PM EST, Thursday April 26, 2018. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Monday April 23, 2018 @ 2:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24218Q0362/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q0362 36C24218Q0362.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209512&FileName=36C24218Q0362-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209512&FileName=36C24218Q0362-000.docx

 
File Name: 36C24218Q0362 P07 WAGE DETERMINATION ONONDAGA COUNTY.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209513&FileName=36C24218Q0362-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209513&FileName=36C24218Q0362-001.pdf

 
File Name: 36C24218Q0362 PRICING FOR Copper Silver Ionization Units, Installation Consultation and Preventative Maintenance Services.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209514&FileName=36C24218Q0362-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209514&FileName=36C24218Q0362-002.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: Syracuse VA Medical Center;and Rome CBOC;125 Brookley Road, Building 510, Rome NY;800 Irving Ave;Syracuse, NY
Zip Code: 13210
 
Record
SN04881275-W 20180408/180406230849-7bfdc087218b01db919ff699c5a2433c (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.