Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2018 FBO #6228
SOLICITATION NOTICE

J -- Service: Replacement of trailer Air Conditioner units

Notice Date
12/10/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
36C24819Q0158
 
Response Due
12/17/2018
 
Archive Date
2/15/2019
 
Point of Contact
brian.werner1@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24819Q0158 Posted Date: 12-10-2018 Original Response Date: 12-17-2018 Current Response Date: 12-17-2018 Product or Service Code: J041 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 238220 Contracting Office Address Network Contracting Office 8, 300 E. University Ave, Ste 180, Gainesville, FL 32601 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15 million. The North Florida/South Georgia Contracting Office is requesting quotes for air conditioner replacement services as per the below Statement of Work. All interested companies shall provide quotations for the following: DESCRIPTION Quantity Unit Unit Price Total Price W42HADB06 3.5T HP DEHUM 230-3-60 6KW BARD 3.5 TON WALL MOUNTED HEAT PUMP, 208/230-60-3, 10.0 EER, DEHUMIDIFICATION CIRCUIT, 6 KW HEAT STRIP, BEIGE IN COLOR 3 EA W36HADB06 3T HP 230-60-3 DEHUM BARD 3 TON WALL MOUNTED HEAT PUMP, 208/230-60-3, 10.0 EER, DEHUMIDIFICATION CIRCUIT, 6 KW HEAT STRIP, BEIGE IN COLOR 1 EA W24HADB06 2T HP 230-60-3 DEHUM BARD 2 TON WALL MOUNTED HEAT PUMP, 208/230-60-3, 10.0 EER, DEHUMIDIFICATION CIRCUIT, 6 KW HEAT STRIP, BEIGE IN COLOR 1 EA Labor for removal and install 1 EA Temperature and Humidity Controller w/BARD Programmable Thermostat with Ventilation Output and Humidistat with Dehumidification Output 5 EA Outdoor Air Sensor 5 EA Remote Sensor 5 EA Misc. Total Price: Statement of Work Replace A/C Package Units on Trailer T11 Background: The Malcom Randall VA Medical Center in Gainesville, Florida has a staff trailer labeled as T11. The trailer s air is conditioned using five (5) BARD package units. The trailer is experiencing high humidity leading to condensation on growth of foreign material. The current units have exceeded their life expectancy and have deteriorated causing them to be ineffective and unreliable. They are not able to effectively control the environment of the trailer and are affecting the working conditions of staff. These units need to be replaced immediately. A replacement of all 5 units is required to provide adequate conditioning and meet the policy requirements for temperatures and humidity. Objective: Replacement of current package units with new current model units that include de-humidification ability. Contractor will provide temperature and humidity controllers, outdoor air sensor, and remote return air sensor. SCOPE OF WORK Replace current BARD package units with new package units Remove existing BARD units and replace with new current model units Units will contain a Dehumidification circuit. Install and program programmable thermostat with ventilation output and humidistat with dehumidification circuit. Install outdoor air sensor Install remote sensor and return air duct The Contractor will ensure all associated devices work properly and communicate properly before completion. Qualifications/Certifications The contractor shall be state-certified and have the required levels of professional and technical experience to perform the work required by this statement of work. The contractor and all of the individuals working on the project site must have taken the OSHA Certified 10-hour construction safety course. Safety Regulations All applicable safety regulations shall be observed during work on the contract. The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. Provide the necessary barricades/signage where required. Scheduling and Hours of Work All work in areas involved shall be scheduled with the COR. Work shall be scheduled for proper execution to completion of this contract. Hours of work. The contractor may have to perform this work after hours and / or during the weekends if necessary at the discretion of the COR. The 10 holidays observed by the Federal Government, are New Year s Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas or any other day specifically declared by the President of the United States to be a national holiday. The performance period is within sixty (60) days of contract award. Place of Performance Address: 1601 SW Archer Road, Gainesville, FL Postal Code: 32608 Country: UNITED STATES Award shall be made to the offeror whose quotation offers the best value to the government. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable.     Evaluation Criteria: A firm-fixed price contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offer. The following factors will be considered in the evaluation of quotes received under this solicitation. To be considered technically acceptable, the quote must include all items as described in Factors 1 & 2, and in the requirements of the solicitation. FACTOR 1: TECHNICAL & MANAGEMENT APPROACH- The Offeror's quote shall disclose the technical ability in as much detail as possible, including, but not limited to, the requirements in this section of the RFQ. The technical ability should be specific, detailed and complete enough to clearly and fully demonstrate that the offeror thoroughly understands the intent of the Statement of Work (SOW). Stating that, the offeror understands and shall comply with the SOW, or paraphrasing the SOW, or parts thereof, is considered inadequate. 1. Provide information on your company s ability to perform the services as described in the SOW. 2. Submit a copy of liability insurance. 3. Provide organizational chart, resumes of key personnel, and certification and/or licenses required to perform the services. 4. If a subcontractor is utilized, include with your quote a letter identifying a full understanding of the following clauses, to include percentages for the prime contractor and any anticipated subcontractor(s): FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside FACTOR 2: TOTAL EVALUATED PRICE - All pricing will be evaluated on a total price basis. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items - January 2017 FAR 52.212-3, Offerors Representations and Certifications Commercial Items January 2017 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items January 2017 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders November 2017 VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33, Payment by Electronic Funds Transfer 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) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) All offers shall be sent to the North Florida/South Georgia Contracting Office 8 via email to Brian Werner, brian.werner1@va.gov, Contract Specialist. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a purchase order 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:" Offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 16:00 EST on 17 December 2018 at brian.werner1@va.gov, to Brian Werner, Contract Specialist, NF/SG Contracting Office, 300 E. University Ave, Ste 180, Gainesville, FL 32601. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mail, mail, or hand-delivery is acceptable, faxed offers will not be considered. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Brian Werner, brian.werner1@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/36C24819Q0158/listing.html)
 
Place of Performance
Zip Code: 32608-1135
 
Record
SN05170671-F 20181212/181210230036 (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.