Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2018 FBO #5985
DOCUMENT

S -- Southeast District | New Req (FY18) PR | Jacksonville NC - Radio System Replacement Svcs | - Attachment

Notice Date
4/11/2018
 
Notice Type
Attachment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of VA;National Cemetery Administration;75 Barrett Heights Ave;Stafford, VA
 
Solicitation Number
36C78618Q0315
 
Response Due
4/13/2018
 
Archive Date
5/13/2018
 
Point of Contact
22556
 
E-Mail Address
hen1@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q0315 Post Date: 04/11/2018 Original Response Date: 04/13/2018 at 2:00 pm Applicable NAICS: 811213 Classification Code: S211 Set Aside Type: 100% Small Business (SB) Period of Performance: 30 Days after award Delivery Requirement: Within 30 days of order placement Attachments: (A) Statement of Need (B) Past Performance Questionnaire (C) List of References Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Jacksonville National Cemetery 4083 Lannie Road Jacksonville, FL 32218 Description: This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. This is a solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 2:00 pm on 04/13/2018. Responses to this announcement will result in a Firm-Fixed Contract with FOB Destination and the Government intends to make award under this announcement without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than 3 hours before the closing date of the solicitation. Questions will not be addressed using the telephone. The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Jacksonville National Cemetery anticipates a firm fixed price contract for 2 way radio brand name or equal delivered and installed within 30 days. The applicable North American Industrial Classification System (NAICS) code for this procurement is 811213, with a business size standard of $11 mill. The National Cemetery Administration is seeking quotes from Small Businesses qualified for the provision of two way radio system. Period of Performance: 30 days after award. Scope: General Requirements Brand Name or Equal The contractor shall remove existing radio system and install new radio system with the following items: (2) Hytera MD652G-U1 Mobile Radio UHF(400-470MHZ), 25W, 1024C Digital DMR, GPS (2) Lard Technologies 460-470MHz 3dB Fiberglass Omni Antenna (16) Hytera PD602U-1 Two-Way Radio 4W, 32C, DMR, IP67, UHF (400-527MHZ)-H08 (16) Hytera SM26N2 Remote Speaker Microphone 3.5MM Audio Jack, IP54 H08 (1) Hytera RD622U-1 Repeater UHF(400-470MHZ), 2C, 25W Dual Mode Analog/Digital DMR (1) Motorola MICRO-4201-C6-3 UHF 450-470MHZ 50W Repeater Duplexer (1) MaxRad MBS-450 UHF Antenna 450-470MHz Unity 20 Mhz All other items needed to install, set up and test system. All FCC Licensing and Frequency Requirements STANDARDS OF EMPLOYEE CONDUCT: Contractor and Contractor personnel shall be required to adhere to the following standards of dress and conduct while performing work in the National Cemetery. These standards and regulations are enforceable under Title 38, U.S.C., Part I, Chapter 9, Section 901. Be fully clothed at all times in matching uniforms, to include long slacks or pants and shirt, buttoned up from neck to waist. Clothing shall be clean each day. Any soiled clothing should be cemetery work-related that day. T-shirts and/or tank tops as outer garments are prohibited. Shoes/boots will have no holes or loose soles. Steel-toed shoes will be required in accordance with OSHA requirements. Contractor employees will maintain personal hygiene. Shall not engage in loud or boisterous behavior or use profane or abusive language. Shall show proper reverence during committal services. Shall neither eat nor drink beverages (except water or non-alcoholic drinks) in the work areas, nor in site of committal shelter during a service. Use of intoxicating beverages and/or drugs is strictly prohibited. Contractor personnel shall not lean, sit or stand on or against headstones or monuments. No tools, equipment or other items will be placed or leaned on headstones or monuments. The only designated smoking area for the Jacksonville VA National Cemetery is located by the maintenance building. All other areas are designated as NO SMOKING. Work Hours: Work may be performed between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday unless otherwise directed by the Cemetery Director, Grounds Supervisor or COR. USE OF CEMETERY FACILITIES: The Government shall not be responsible for any loss, damage, or theft of Contractor items. Contractor shall be responsible for acceptable standards of housekeeping and custodial maintenance of Cemetery facilities used by Contractor's employees. Any damage to headstones, cemetery fixtures, grounds or equipment during maintenance operations must be reported to the COR immediately. Contractor will be responsible for repair or replacement of all damage. COR/Foreman will determine if repairs can be completed or replacement is required. COR/Foreman will determine if repair or replacement is satisfactory. Supply Price Schedule: CLIN Description Qty Unit Price Total 001 Hytera MD652G-U1 Mobile Radio UHF(400-470MHZ), 25W, 1024C Digital DMR, GPS 2 002 Lard Technologies 460-470MHz 3dB Fiberglass Omni Antenna 2 003 Hytera PD602U-1 Two-Way Radio 4W, 32C, DMR, IP67, UHF (400-527MHZ)-H08 16 004 Hytera SM26N2 Remote Speaker Microphone 3.5MM Audio Jack, IP54 H08 16 005 Hytera RD622U-1 Repeater UHF(400-470MHZ), 2C, 25W Dual Mode Analog/Digital DMR 1 006 Motorola MICRO-4201-C6-3 UHF 450-470MHZ 50W Repeater Duplexer 1 007 MaxRad MBS-450 UHF Antenna 450-470MHz Unity 20 Mhz 1 NOTE: All other items needed to install, set up and test system. All FCC Licensing and Frequency Requirements. Product Descriptions: Statement of Need General Requirements Brand Name or Equal The contractor shall remove existing radio system and install new radio system with the following items: (2) Hytera MD652G-U1 Mobile Radio UHF(400-470MHZ), 25W, 1024C Digital DMR, GPS (2) Lard Technologies 460-470MHz 3dB Fiberglass Omni Antenna (16) Hytera PD602U-1 Two-Way Radio 4W, 32C, DMR, IP67, UHF (400-527MHZ)-H08 (16) Hytera SM26N2 Remote Speaker Microphone 3.5MM Audio Jack, IP54 H08 (1) Hytera RD622U-1 Repeater UHF(400-470MHZ), 2C, 25W Dual Mode Analog/Digital DMR (1) Motorola MICRO-4201-C6-3 UHF 450-470MHZ 50W Repeater Duplexer (1) MaxRad MBS-450 UHF Antenna 450-470MHz Unity 20 Mhz All other items needed to install, set up and test system. All FCC Licensing and Frequency Requirements ITEM(s) TO BE DELIVERED TO THE FOLLOWING ADDRESS: Jacksonville National Cemetery 4083 Lannie Road Jacksonville, FL 32218 Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address -Pricing shall be submitted as requested in the Price Schedule of Supplies -Technical Package for Evaluation NOTE: If not offering brand name, please provide detailed specifications of each item for evaluation. Please advise how exactly the alternate offer is equal. Proposals shall be submitted via email or via mail to the following addresses: Email: Iris.Chen1@VA.Gov Questions pertaining to this announcement shall be sent by email to: Iris.Chen1@VA.Gov Telephone inquiries will not be accepted. End of Addenda Evaluation Process: Quotes will be evaluated in accordance with FAR 13.106-2(b) Evaluation of Quotations or Offers -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Product Description offered in response to the solicitation Delivery time from placement of order placement Completed Price Schedule -Past Performance. Basis for Award: The Government intends to award a firm fixed price resulting from this solicitation whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on the factors set forth below. Price. Quotations shall be evaluated, for award purposes, based upon the total price proposed. The sum of all the CLINs will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability. Each offeror s technical package will be evaluated to determine if the offeror provides a products or products compliant with the product description and delivery time. An evaluation rating of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical package evaluation. If an offeror receives a technical rating of Non-Acceptable they will not be considered for award. Past Performance: Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the scoop of work and statement of need). If no past performance information is readily available, the Offeror s past performance will be evaluated as Neutral. Solicitation Provisions and Contract Clauses FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 The following solicitation provisions apply to this acquisition: FAR 52.209-7 Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2017) FAR 52.216-1 Type of Contract (Apr 1984) (Firm Fixed Price) FAR 52.233-2 Service of Protest (Sep 2006) (75 Barrett Heights Rd. Suite 309, Stafford, VA 22556) VAAR 852.211-72 Technical Industry Standards (Jan 2008) (technical standards provided in Attachment A) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.219-6 - Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.228-5 Insurance Work on a Government Installation (Jan 1997) CL-120 Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $250,000.00 per person; $500,000.00 per occurrence and $100,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (a)(1), (a)(2), (a)(3), (a)(4), (b)(1), (b)(4), (b)(8), (b)(9), (b)(16), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(32), (b)(33), (b)(42), (b)(49), (b)(55), and (b)(56). End of Addenda End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0315/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0315 36C78618Q0315.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4217847&FileName=36C78618Q0315-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4217847&FileName=36C78618Q0315-000.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: Jacksonville National Cemetery;4083 Lannie Road;Jacksonville, FL
Zip Code: 32218
 
Record
SN04886068-W 20180413/180411230938-1662b521ccb436d95da1206b549c32e1 (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.