Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
DOCUMENT

H -- Boiler Plant Inspections VA CT Healthcare Systems - Attachment

Notice Date
8/13/2018
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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
36C24118Q9271
 
Response Due
8/22/2018
 
Archive Date
9/21/2018
 
Point of Contact
Doug Huddy
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis Solicitation VA Connecticut Healthcare System Annual Internal and External Boiler Inspection Services (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-9271; 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 2005-99. (iv) This requirement is being issued as an open market, service-disabled veteran-owned small business set-aside. The associated NAICS code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and small business size standard is $7.5 million. (v) The Government intends to award a firm-fixed price award for annual internal and external boiler inspection services at the VA CT HCS. Please see the attached Statement of Work for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Annual Internal and External Boiler Inspections - Newington Contract Period: Base 1.00 YR __________________ __________________ 0002 Annual Internal and External Boiler Inspections West Haven Contract Period: Base 1.00 YR __________________ __________________ 1001 Annual Internal and External Boiler Inspections - Newington Contract Period: Option 1 1.00 YR ________________ _________________ 1002 Annual Internal and External Boiler Inspections West Haven Contract Period: Option 1 1.00 YR ________________ _________________ 2001 Annual Internal and External Boiler Inspections Newington Contract Period: Option 2 1.00 YR __________________ __________________ 2002 Annual Internal and External Boiler Inspections West Haven Contract Period: Option 2 1.00 YR __________________ __________________ 3001 Annual Internal and External Boiler Inspections Newington Contract Period: Option 3 1.00 YR __________________ __________________ 3002 Annual Internal and External Boiler Inspections West Haven Contract Period: Option 3 1.00 YR __________________ __________________ 4001 Annual Internal and External Boiler Inspections Newington Contract Period: Option 4 1.00 YR __________________ __________________ 4002 Annual Internal and External Boiler Inspections West Haven Contract Period: Option 4 1.00 YR __________________ __________________ GRAND TOTAL __________________ (vi) The Contractor shall provide all resources necessary to provide annual internal and external boiler inspection services in accordance with the attached Performance Work Statement. Please see the attached SOW for full requirement details. (vii) Place of Performance: VA CT HCS Newington VA CT HCS West Haven 555 Willard Ave. 950 Campbell Ave. Newington, CT 06111 West Haven, CT 06516 (viii) Provision at 52.212-1, Instructions to Offerors Commercial Items (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); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). (ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: quotes received after the due date and time shall not be considered. (2) Firms shall submit their quotes electronically via email to: douglas.huddy@va.gov (3) Questions: Questions shall be submitted via email to: douglas.huddy@va.gov. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 3 days prior to the expiration date (xv) of this solicitation by 8:00 AM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission shall be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: The evaluation criterion for this requirement is PRICE ONLY. Award shall be made to the lowest priced responsive, responsible vendor. For the purposes of this evaluation, responsive means that the firm s quote clearly indicates how the firm will meet the identified requirements in the Statement of Work. Responsible means that the firm has an active SAM registration and is able to accept a US Government contract without exclusions. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government shall evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall 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. (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: 52.252-2 Clauses Incorporated by Reference, 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 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 (JUL 2016), 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011), 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 Contractor Responsibilities (APR 1984). 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. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with your offer via the SAM.gov website or a written copy. (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: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable [DOL WD 15-4119 (Rev. -8, dated 7/10/2018 )], 52.222-55, 52.222-62. (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 08/22/2018 at 2:00 PM EST. RFQ responses must be submitted via email to: douglas.huddy@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Doug Huddy at douglas.huddy@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NoVAMC/VAMCCO80220/36C24118Q9271/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118Q9271 36C24118Q9271.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4539986&FileName=36C24118Q9271-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4539986&FileName=36C24118Q9271-001.docx

 
File Name: 36C24118Q9271 P07_DOL Wage Det_20180808.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4539987&FileName=36C24118Q9271-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4539987&FileName=36C24118Q9271-002.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 CT HCS “ Newington VA CT HCS “ West Haven;555 Willard Ave. 950 Campbell Ave.;Newington, CT 06111 West Haven, CT 06516
Zip Code: 06111
 
Record
SN05033076-W 20180815/180813230831-36519ef03f6c1b4bda078a1d2a54eee7 (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.