Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
DOCUMENT

40 -- Sterilization Network Cabling (VA-18-00104725) - Attachment

Notice Date
7/20/2018
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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
36C24218Q9557
 
Response Due
7/27/2018
 
Archive Date
8/26/2018
 
Point of Contact
JAMES, EULANDA
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK (SOW) Project Scope The contractor shall provide all labor, personnel, equipment and test equipment, tools, supervision, parts, materials (to include all cable and any needed accessories and/or other items). This new equipment will require the placement of network lines in order, to communicate and function properly. Purpose: The vendor will install 28 network cable lines (CAT 6) and terminate them in the sterilization department. Background: Using Service: Sterilization Department Description of Service: A new Real Time Location System (RTLS) is being placed in the Sterilization Department. This new equipment will require the placement of network lines in order, to communicate and function properly.. Additional Requirements: The vendor must provide all equipment, materials, tools and labor necessary for this task. This will include but not be limited to faceplates, cabling, cable raceways, and terminating connectors. Cat6 cabling will be used and terminated to a faceplate. 28 Cables will be run at each spot marked on the attached drawing. They will be run to a data closet on the ground floor. There is an interstitial space between the Ground and 1st floor. This area can be used to walk network cables between the closet and the required locations Marking 1 will have the network cables terminated on the wall at a faceplate Markings 2-4 will have the network cables brought through a cable raceway down the wall and will terminate at a faceplate Markings 5-8 and 5A-8A will be terminated at a faceplate on the ceiling Marking 9 and 10 will be terminated on the wall at a faceplate All cables will be brought to a Data closet, also located on the ground floor, and terminated with an RJ45 connector Power lines will be installed by the in house Electric Shop, however, work should be coordinated between the vendor and the Electric Shop to minimize disruption and amount of damage done to the ceiling/walls during installation The vendor must respond to the Biomedical Engineering Designee and/or COR with a phone call within [one (1) day], after receipt of telephoned service call notification. If a vendor does not follow these procedures, they are subject to nonpayment of any of the services provided, at the discretion of the Contracting Officer. All cabling that has been run by the contractor will be guaranteed against defects and/or failure for a period of 1 year from the date of completed installation. All terminated connectors will be guaranteed against defects and/or failure for a period of 1 year from the date of their completed installation. SPECIAL WORK REQUIREMENTS: Hours: Services shall be performed according to specifications of Government point of contact and COR. The regular work hours for this facility are Monday through Friday 06:00am to 6:00pm (EST/DST). Normal business hours: [Monday - Friday] from [7:00am to 6:00pm], excluding federal holidays. Federal holidays are: New Years Day Labor Day Martin Luther King Day Columbus Day President's Day Veterans Day Memorial Day Christmas Day Thanksgiving Day Independence Day and any other day specifically declared by the President of the United States to be a national holiday. Contractor Response Time: calendar days (24 hours/day) from date of award Biomedical Engineering Designee: David Fijas (david.fijas@va.gov ) Biomedical Engineering Contact Information: 718-584-9000 ext. 6870 Room: 6A05 Special Instruction: The contractor's representative will schedule all work with the Engineering Department. All contractor personnel (without exception) must report to the Engineering Department, Room 6A05, to sign in and receive a contractor identification badge before any work is performed and return to the same location to sign out and turn-in said badge along with the documented service report for the service performed. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer or COR. Property Damage: The contractor shall take all necessary precautions to prevent damage to any government property, and will notify the Contracting Officer/COR immediately if damages occur. The Contracting Officer will authorize the contractor to remedy the situation in one of the following ways: be assessed current replacement costs for damaged property, replace damaged property in a timely manner, or correct the damages with like materials at no additional cost. Identification, Parking, Smoking, and VA Regulations: The contractor will need to acquire a badge for each worker, for each weeklong site visit, and ensure that the badge be worn in a visible location on the worker at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VA. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States District Court. Infection Control: There is a potential for exposure to blood borne or other infectious material with equipment throughout the hospital. All contractor personnel are cautioned and must use "Universal Precautions" (i.e. hand washing, wearing protective gloves, aprons, and goggles, etc.) as appropriate during the performance of this contract. Payment: Payment will be made at completion of service and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address and direct debit account information. Personnel Qualifications: Contractor personnel performing under this contract will be fully qualified and competent for the equipment to be performed. PERIOD OF PERFORMANCE: The period of performance shall not last for a period of more than 14 working days. All equipment and materials will be shipped to the following address, if required: Location of performance James J. Peters VA Medical Center Biomedical Engineering, Room 6A05 130 West Kingsbridge Road Bronx, NY 10468 Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: All quotes shall reference: Solicitation number for this requirement as 36C24218Q9557 Respond to all Evaluation Criteria Submission of Quote shall be receive no later than 9:00 AM Daylight Saving Time (DST) July 27, 2018. The point of contact for this acquisition is the Procuring Contract Specialist (PCS) Ms. JAMES, EULANDA. Any questions submitted will need to identify the pertinent document Statement of Work (SOW) (Solicitation Attachment, Solicitation, etc.,) and include the applicable page number, paragraph number, and/or reference with each question. Questions regarding specific verbiage or content in the solicitation package shall include excerpts or examples from the subject matter to ensure the question is clearly conveyed. All questions shall be email to the PCS at Eulanda.James@va.gov. The deadline for the submittal of questions is July 24, 2018 12:00 Noon Daylight Standard Time (DST). 4. Cascading Procedures The Government will award a Firm-Fixed Price contract to the responsible quoter using a tiered or cascading order of precedence. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (5) If an award or a sufficient, number of awards cannot be made at the first tier, evaluation of quotes will proceed at the next lower tier until an award or a sufficient, number of awards can be made. The Government reserves the right to obtain past performance data from other sources than those identified by the offeror in evaluating past performance. This includes, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials. Offerors are reminded that both independent data and data provided by offerors in their quotes may be used by the Government to evaluate offeror past performance. However, the burden of providing thorough, complete, and current past performance information as requested in this paragraph remains with the offerors. All past performance comments received will be taken into account and could affect the overall rating. The overall past performance evaluation is a subjective decision based on the whole of all data received. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, unknown shall be considered acceptable. Contact Information. The Offeror shall provide a contact list (with phone numbers, fax numbers, mailing addresses, email addresses, etc.) including the name and title of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. Also, identify those individuals authorized to negotiate with the Government on behalf of your company. 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) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (Addendum to FAR 52.212-2) Evaluation -- Commercial Items (Oct 2014) The Government will award a 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 CRITERIA Quotes will be evaluated in accordance with FAR 13.106 considering the following factors: Factor 1: Technical Capability Sub-factor A; Relevant Experience Sub-factor B; Performance Timeframe Factor 2: Past Performance Factor 3: Price Factor 4: Socioeconomic Status Evaluation Criteria The contractor must demonstrate understanding of the requirements of the Statement of Work (SOW), and produce a quote that will meet those objectives and the evaluation factors to include the following information: FACTOR 1 Technical Capability: Sub-factor A Experience: Contactors must submit a quote that demonstrate experience that is relevant to install 28 network cable lines (CAT 6) and terminate them in the sterilization department. Sub-factor B Performance Timeframe: Contractors must submit a quote that demonstrates the ability/capability to complete the performance, and provide the deliverable stated within the timeframe specified in the SOW. FACTOR 2 Past Performance: The contractor must provide references for contracts/agreements performed for stakeholder agency including but not limited to VA. The contract performance must be of similar size, scope, and complexity for the previous 24 months. Contractors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the contractor and the information obtained may be used for both the responsibility determination and the best value decision. FACTOR 3 Price: Price analysis will be used to determine that the prices are fair and reasonable in accordance with FAR 13.106-3. FACTOR 4 - Socioeconomic Status: Contractors must provide Veteran Owned Small Business (VOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB) status if applicable to the quote. The greater the equality of quotes within the non-price factors and price, the more important this status becomes in selecting the best value to the Government. Preference will be given to Service Disabled Veteran Owned Business, Veteran Owned Small Business or other Small Business concern whose quote is equal to or exceeds all other quotes in non-price and price factors and provides the best value to the Government. Furthermore, 1st preference will be given to the Service Disabled Veteran Owned Small Business whose quote is equal to or exceeds the quotes of any Veteran Owned Small Business or Small Business and provides the best value to the Government. 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. 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) 52.228-5 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) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) 001AL-11-15- B Subcontracting Commitments - Monitoring and Compliance (JUNE 2011) 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) 52.232-33, 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, Non-displacement of Qualified Workers (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 (MAY 2014) PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 8,400.00 FT __________________ __________________ CAT6 NETWORK CABLES FOR INSTALL LOCAL STOCK NUMBER: 6504 0002 10.00 EA __________________ __________________ NETWORK FACEPLATE LOCAL STOCK NUMBER: M12L-262. 0003 28.00 EA __________________ __________________ CAT6 TERMINATION JACKS LOCAL STOCK NUMBER: UNJ600-BL 0004 30.00 FT __________________ __________________ CABLE RACEWAY LOCAL STOCK NUMBER: LD5 0005 4.00 EA __________________ __________________ BLACK BOX FOR NETWORK CABLES 0006 1.00 EA __________________ __________________ FIRE STOP 0007 1.00 EA __________________ __________________ LABOR FOR INSTALLATION GRAND TOTAL __________________ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 8,400.00 0002 10.00 0003 28.00 0004 30.00 0005 4.00 0006 1.00 0007 1.00
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9557/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9557 36C24218Q9557.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496223&FileName=36C24218Q9557-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4496223&FileName=36C24218Q9557-000.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: Department of Veterans Affairs;James J. Peters;130 West Kingsbridge Road;Bronx
Zip Code: 10468
 
Record
SN05001023-W 20180722/180720230853-34ba6cefd5830aaffaf21125c4d5af03 (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.