Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

J -- HVAC Water Chillers Annual Maintenance Service 528A7 SDVOSB - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
VISN 2 NCO;Department of Veterans Affairs;Western New York Healthcare System;2875 Union Road Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24218Q9601
 
Response Due
7/27/2018
 
Archive Date
9/25/2018
 
Point of Contact
Kimberly Wiatrowski@va.gov
 
E-Mail Address
Contract Specialist
(Kimberly.Wiatrowski@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Preventative maintenance service to the York Chiller System located at the Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 Simplified Acquisitions, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written 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 36C24218Q9601. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. (iv) This procurement is being issued as an open-market total service disabled veteran owned small business (SDVOSB) set-aside solicitation. The North American Industry Classification System (NAICS) code is 238220, Plumbing, Heating, and Air Conditioning Contractors, with a small business size standard of $14 million. (v) The Contractor shall provide pricing to provide factory certified preventative maintenance service to the York Chiller System at the VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210 for a base year with provision of four (4) option years. The chiller system consists of the following equipment. A) Centrifugal Chiller Specifics: Manufacturer York Model YKKQK4H9-CUG5 Serial Numbers Chiller 1: SEW-70VPP Chiller 2: SEWM-602270 Chiller 3: SEWM-590650 Chiller 4: SEWHE-598010 B) Air Cooled Screw Chiller Specifics Manufacturer York Model #: YCIV022VA46VABSXT Serial # Unit 1: SFWM-618820 Serial # Unit 2: SKWM716080 (vi) See comments on SOW. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. VAMC Syracuse 800 Irving Avenue, Syracuse, N Y 13210. (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: 1) Solicitation number for this requirement as 36C24218Q9601 2) Name, address and telephone number of offeror 3) Technical description of services to be performed in accordance with the Statement of Work 4) Terms of any express warranty, if applicable 5) Price 6) Acknowledgement of any solicitation amendments 7) Past performance information 8) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall award this procurement to the vendor with the lowest priced quote that is technically acceptable and has acceptable, or neutral, past performance. Vendors with no past performance shall be rated as neutral. Factor 1 Technical Capability: The Offeror shall provide a maximum of a 10 page capability statement demonstrating technical Capability to meet all of the requirements of the Statement of Work. As well as indicating that the vendor has the trained personnel and equipment to service and provide factory certified preventative maintenance service to the York Chiller System located at the Syracuse VA Medical Center, as well as all of the requirements identified in the scope of work. Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance on the basis of information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably. The contractor shall provide a list of contracts completed during the past three (3) years and all contracts and subcontracts currently in process for preventative maintenance for York Chiller Systems. Include the following information for each contract: Name and address of contracting activity Name and telephone number of contract person Dates of contract performance Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected. The Government reserves the right to make award without discussions. Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. (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 NOT ACCEPTABLE. (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 for the Next Fiscal Year (APR 1984) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 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) 52.219-14 Limitations on Subcontracting (JAN 2017) 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 (JAN 2018) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 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) 52.222-41 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). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (xiii) The Service Contract Act (SCA) of 1965 does apply to this procurement. (xiv) N/A (xv) This is an open-market total service disabled veteran owned small business (SDVOSB) set-aside combined synopsis/solicitation,  the government intends to award a firm fixed price purchase order in accordance with FAR parts 12 and 13, 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) Site Visit: A Site Visit is scheduled for Tuesday July 17, 2018 at 10:00 am EST. Interested vendors are encouraged to meet at the Syracuse VA Medical Center, 800 Irving Avenue, Medical Center Lobby, Syracuse, NY 13210. RSVP is required 24 hours in advance via email to Kimberly.Wiatrowski@va.gov. This will be the only provided site visit. Quotes are required to be received NO LATER THAN 10:00 AM EST, July 27, 2018. Quotes and supporting documentation must be emailed to Kimberly Wiatrowski at Kimberly.wiatrowski@va.gov. RFI s will not be accepted after July 20, 2018 10:00 am EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via email to Kimberly Wiatrowski, Contracting Specialist, 585-297-1460 x 72467; Kimberly.wiatrowski@va.gov. See attached document: Statement of Work - HVAC See attached: Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218Q9601/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9601 36C24218Q9601.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4473307&FileName=36C24218Q9601-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4473307&FileName=36C24218Q9601-000.docx

 
File Name: 36C24218Q9601 P09 -Statement of Work (R) York Chiller.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4473308&FileName=36C24218Q9601-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4473308&FileName=36C24218Q9601-001.doc

 
File Name: 36C24218Q9601 15-4163 Wage Determination Syracuse.txt (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4473310&FileName=36C24218Q9601-002.txt)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4473310&FileName=36C24218Q9601-002.txt

 
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: Department of Veterans Affairs;Syracuse VA Medical Center;Biomed;800 Irving Avenue;Syracuse
Zip Code: NY
 
Record
SN04987293-W 20180713/180711231125-316253e5d4fdc0f04e459eb5f6ca5873 (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.