Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2019 FBO #6299
SOLICITATION NOTICE

W -- Telematics, Atlanta – Installation/Monitoring

Notice Date
2/19/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E19Q0093
 
Response Due
3/12/2019
 
Archive Date
6/10/2019
 
Point of Contact
kevin.searles2@va.gov
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
36C10E19Q0093, Telematics Devices and Monitoring for Atlanta, GA VBA COMBINED SYNOPSIS SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. The government anticipates award of a single firm fixed price contract. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. ii. Solicitation 36C10E19Q0093 is issued as a request for quote (RFQ). iii. The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01, effective Dec 20, 2018. iv. The combined synopsis/solicitation is set aside for Veteran Owned Small Business concerns only. Only quotes submitted by Veteran Owned Small Business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a verified Veteran Owned Small Business in VIP will not be considered for award. The applicable NAICS Code for this solicitation is 334551 and the Small Business Size limitation is 1,250 employees. Offers from VOSB concerns must be registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time and date set for receipt of offers and at the time and date of award to be considered for award. Offers from VOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. v. The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to furnish telematics equipment, monitoring devices, and monitoring services for Thirty-Four (34) vehicles in the Atlanta, GA VBA Regional Office fleet. The telematics devices are to be installed at an assigned location (or locations), to be pre-determined by the Contractor (see section Statement of Work for additional details). vi. STATEMENT OF WORK Atlanta GSA Fleet Telematics February 15, 2019 Description of Requirement This Statement of Work (SOW) delineates the various tasks and activities required for the installation and monitoring of thirty-four (34) telematics devices for the St. Petersburg, FL VBA Regional Office fleet vehicles. Eleven (11) of the vehicles are based at the Regional Office (RO) in Decatur, GA, Five (5) vehicles in Columbia, SC, three (3) vehicles in Fayetteville, NC, one (1) vehicle in Fort Benning, GA, one (1) vehicle in Fort Stewart, GA, four (4) vehicles in Nashville, TN, one (1) vehicle in Robins AFB, GA, one (1) vehicle in Salem, VA, one (1) vehicle in Savannah, GA, one (1) vehicle in Slidell, LA, one (1) vehicle in Tifton, GA, and four (4) vehicles in Winston-Salem, NC. The telematics devices will be installed in the city where the vehicles are located. 1.1 BACKGROUND: The Atlanta, GA VBA Regional Office maintains a fleet of thirty-four (34) GSA leased vehicles. VA Handbook 0637 mandates that all GSA leased vehicles will be equipped with telematics devices. Telematics devices collect, record, and transmit vehicle operational data. The devices are installed into the vehicles and access the vehicle s dashboard computer and transmit the data directly from the vehicle to a web-based reporting platform. GPS Tracking with Fleet Diagnostics meets the mandates of 0637, which are to collect and report data for vehicle speed, location, idling, utilization, maintenance, fuel consumption, and emissions. To maintain compliance with the above requirement, the Atlanta, GA VBA Regional Office must purchase and install thirty-four (34) telematics units that include vehicle diagnostics and the monthly data plan that includes vehicle diagnostics. 1.2 Scope of work: The contractor shall provide all equipment, services, material, tools, labor, facilities transportation, and supervision to furnish telematics equipment/monitoring devices, and monitoring services for thirty-four (34) vehicles in the Atlanta, GA VBA Regional Office fleet (see below for list of fleet cars and locations). The equipment (LMU 3035 Fleet Manager Device or better) must be capable of capturing the following data at a minimum: Speed Location Data Idling Utilization (to include miles driven, travel time, number of stops, stop duration, idle time and current address) Maintenance Fuel Consumption Emissions Data 1.2.1 The installed equipment should be unobtrusive, and should be tamper resistant to the driver. The installed equipment shall also possess the capability of being monitored via Contractor supplied computer software of web-based tracking. 1.2.2 The telematics provider shall provide GSA Fleet a monthly order status report. The monthly order status report will be emailed to fleetsolutions@gsa.gov with the title Cumulative Report Agency Name, Telematics Provider, Device Name by the 10th of each month. The report will be either CSV or Microsoft Excel format. The report will include device serial number, vehicle identification number (VIN), the GSA license plate number, device activation date, and device deactivation date of all GSA Fleet leased vehicles that have the above-mentioned telematics solutions and devices installed. An updated list indicating which vehicles have had devices removed and which vehicles have had devices installed, as well as unchanging vehicles must be sent on a monthly basis. 1.2.3 Installation must be performed by the Contractor or an authorized subcontractor. All VBA staff assigned to a vehicle that are not located at the Regional Office (RO) must be offered an installation location within 100 miles of the location of the vehicle (see below for list of fleet cars and locations). Installation for all vehicles located at the Regional Office will be completed at the Regional Office. The Contractor is required to establish installation locations and available dates/times no less than two weeks prior to the anticipated installation date, and shall immediately notify the designated VBA points of contact of said dates/times. VBA points of contact will be required to contact the Contractor to schedule installation. The contractor shall offer installation services during normal business hours, and VBA staff will be required to bring assigned vehicles to the installation location. The Contractor is to ensure that the telematics devices are shipped directly to the arranged install location. GSA Fleet Cars Assigned to the Atlanta, GA VBA Regional Office State City Quantity Zip Code Georgia Decatur 11 30033 South Carolina Columbia 5 29209 North Carolina Fayetteville 3 28305 Georgia Fort Benning 1 31905 Georgia Fort Stewart 1 31314 Tennessee Nashville 4 37203 Georgia Robins AFB 1 31098 Virginia Salem 1 24153 Georgia Savannah 1 31405 Louisiana Slidell 1 70461 Georgia Tifton 1 31794 North Carolina Winston-Salem 4 27155 1.2.4 With prior telematics providers the Fleet Manager Device drained the batteries of vehicles which sat unused for a period of four days or more. Whatever Fleet Manager Device the Contractor selects to install in the 34 vehicles, they should be able to sit unused in the vehicle for a period of at least 2 weeks without affecting normal operation of the vehicle. 1.2.5 The contractor will provide training to the Regional Office fleet staff to ensure proper monitoring of GPS tracking and fleet diagnostics. 1.3 PERIOD OF PERFORMANCE All telematics devices shall be installed/configured within thirty (30) days after receipt of award. The period of performance for monitoring will begin after all devices are installed, and continue with a base period of one year, with four one-year option periods. 1.4 FEDERAL HOLIDAYS The contractor shall not be required, nor is authorized to perform any work on the following U.S. Government Federal holidays: New Year s Day, Martin Luther King Jr s Birthday, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. 1.5 RULES AND REGULATIONS 1.5.1. Current rules and regulations applicable to the premises, where the work shall be performed, shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, presenting valid identification for entrance, smoking restrictions and any safety procedures as outlined in the site regulations. 1.5.2 The Contractor shall be responsible for the acts and omissions of all its employees and subcontractors, their agents and employees and all other persons performing any of the work under a contract with the Contractor. 1.6 VEHICLE REPLACEMENT If Option Year 1 is exercised, seven (7) fleet vehicles MAY be replaced during that timeframe which will require taking out the Fleet Manager Device in those vehicles and reinstalling it in the new vehicles. The Government may choose to award all, some, or none of these quantities. If Option Year 2 is exercised, seven (7) fleet vehicles MAY be replaced during that timeframe which will require taking out the Fleet Manager Device in those vehicles and reinstalling it in the new vehicles. The Government may choose to award all, some, or none of these quantities. If Option Year 3 is exercised, seven (7) fleet vehicles MAY be replaced during that timeframe which will require taking out the Fleet Manager Device in those vehicles and reinstalling it in the new vehicles. The Government may choose to award all, some, or none of these quantities. If Option Year 4 is exercised, seven (7) fleet vehicles MAY be replaced during that timeframe which will require taking out the Fleet Manager Device in those vehicles and reinstalling it in the new vehicles. The Government may choose to award all, some, or none of these quantities. 1.7 INVOICING: Payment for all services will be made monthly in arrears upon receipt of an itemized invoice containing the following information: VA Contract Number / Obligation Number Company Name and Address Invoice Date Invoice Number (Note: Each Invoice must have a different Invoice Number) Dates of Services performed Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the invoice. Name, title and phone number of company point of contact to notify in case of a defective invoice. 1.8. SERVICE CONTRACT LABOR WAGES: This contract incorporates the wages and fringe benefits of the following wage determinations. Information listed below appears for each State/County, for each vehicle location city shown above. Service Contract Labor Wages: State City/County SCA Labor Wages / Posted Date Occupation Wage (Plus Fringe Benefits) Georgia Decatur/ Dekalb WD- 15-4517 1/1/2019 Automotive Worker $20.18 Georgia Fort Benning/ Chattahoochee WD 15-4527 1/1/2019 Automotive Worker $15.94 Georgia Fort Stewart/ Liberty WD 15-4485 1/1/2019 Automotive Worker $16.28 Georgia Robins AFB/ Houston WD 15-4495 1/1/2019 Automotive Worker $16.98 Georgia Savannah/ Chatham WD 15-4491 1/1/2019 Automotive Worker $18.76 Georgia Tifton/ Tift WD 15-4517\ 1/1/2019 Automotive Worker $16.55 Louisiana Slidell/ St. Tammany WD 15-5189 1/1/2016 Automotive Worker $17.20 North Carolina Fayetteville/ Cumberland WD 15-4377 1/1/2019 Automotive Worker $17.76 North Carolina Winston-Salem/ Forsyth WD 15-4399 1/1/2019 Automotive Worker $20.11 South Carolina Columbia/ Richland WD 15-4429 1/1/2019 Automotive Worker $17.79 Tennessee Nashville/ Davidson WD 15-4648 1/1/2019 Automotive Worker $20.67 Virginia Salem/ Roanoke WD 15-4315 1/1/2019 Automotive Worker $17.20 1.8.1. The contractor shall pay each employee that performs work under this contract at least the wages and fringe benefits indicated on the Wage Determination and the table above. The Government may require submission of payrolls, conduct labor interviews, or perform other investigations to determine that clients are receiving the wages and fringe benefits required under this contract. 1.8.2. Superintendence of Contractor: The contractor shall, at all times and while work is being performed under this contract, provide supervision and superintendence of workers under this contract. The contractor shall also provide superintendence of all prime and subcontractor work performed, regardless of whether or not the subcontractor is providing his or her own superintendence. Current rules and regulations applicable to the premises, where the work shall be performed, shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, presenting valid identification for entrance, smoking restrictions and any safety procedures as outlined in the site regulations. The Contractor shall be responsible for the acts and omissions of all its employees and subcontractors, their agents and employees and all other persons performing any of the work under a contract with the Contractor. 1.9 Changes - Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through actions of parties other than the Contracting Officer shall be borne by the contractor. END OF STATEMENT OF WORK vii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions are added as addenda: 52.204-7 System for Award Management. (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership of Control of Offeror (JUL 2016) 52.204-20 Predecessor of Offeror (JUL 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.217-5 Evaluation of Options (JUL 1990) 52.225-25 Prohibition on Contracting Within Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (AUG 2018) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 852.270-1 Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-1) viii. FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. 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 as the only factor considered. Submission of Offers: 1. Offers are due no later than March 12, 2019 by 12:00 PM EST. 2. Offers shall be submitted electronically to kevin.searles2@va.gov. The email subject line must contain the following: Quote in Response to 36C10E19Q0093, Telematics Devices and Monitoring for Atlanta, GA VBA. 3. Offers shall be based on the requirements of the solicitation, and must contain the following: A cover page including the following information: Business Name, Socioeconomic category (i.e. SDVOSB, VOSB), Address, DUNS Number, Name, Phone number, and email address for the Primary Point of Contact, Tax Identification Number (TIN), and any GSA contract number if applicable to this solicitation. Detailed information showing the specifics of the proposed monitoring/reporting platform A completed price schedule in the format as provided in the attachment. Acknowledgement of any amendments (if applicable). 4. Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is February 27, 2019 by 12:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. 5. Amendments: Amendments to this solicitation will be posted at www.fedbizopps.gov (FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. ix. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (DEC 2016) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. x. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions clauses are added as addenda: 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 852.203-70 Commercial Advertising (MAY 2018) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. 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. 852.232-72 Electronic Submission of Payment Requests (Nov 2018) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-71 Rejected Goods (OCT 2018) (End of Addendum to 52.212-4) xi. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2019), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph a clauses applicable: (1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (2) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (3) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Paragraph b clauses applicable: (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2018) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (SEP 2016) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33)(i) 52.222-50 Combating Trafficking in Persons (JAN 2019) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) Paragraph c clauses applicable: (2) 52.222-41 Service Contract Labor Standards (AUG 2018) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (THIS IS NOT A WAGE DETERMINATION) EMPLOYEE CLASS WAGE + FRINGE BENEFITS Automotive Tech II - 05070 WG-8 (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) xii. Additional Contract Requirements or terms and conditions: None xiii. Defense Priorities and Allocations Systems and assigned rating: N/A xiv. Offers are due no later than March 12, 2019 by 12:00 PM EST. Offers shall be submitted electronically to kevin.searles2@va.gov. The email subject line must contain the following: Quote in Response to 36C10E19Q0093, Telematics Devices and Monitoring for Atlanta, GA VBA. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. xv. For additional information, please contact the Contracting Officer, Kevin Searles (713) 203-2301, or via e-mail tokevin.searles2@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-FEB-2019); 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/WDCVARO372/WDCVARO372/36C10E19Q0093/listing.html)
 
Record
SN05225933-F 20190221/190219230040 (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.