Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2019 FBO #6312
SOLICITATION NOTICE

N -- - Replace one 10" check valve, two 10" gate valves - Two 10" gate valves - Install 6" pump and repair level gauge on ground storage tank

Notice Date
3/4/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
36C25719Q0292
 
Response Due
3/11/2019
 
Archive Date
4/10/2019
 
Point of Contact
michael.simington@va.gov
 
Small Business Set-Aside
N/A
 
Description
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 solicitation number is 36C25719Q0292. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective December 20, 2018. The associated North American Industrial Classification System Code (NAICS) for this procurement is 238220 with a small business standard of $15.0 size standards. This acquisition is solicited as a 100% set-aside for Service Disable Veteran Owned Small Business SDVOSB. Network Contracting Office 17 requests responses from qualified sources capable of providing the following item(s): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ provide material and labor to replace 1 10" check valve, 2 10"gate valves, install 6" pump and repair level gauge on ground storage tank GRAND TOTAL __________________ Delivery: ________Days after award Delivery to the Doris Miller VA Medical Center, 4800 Memorial Drive, Building #131 (Pump House) Waco, TX 76711. Company name:___________ Company DUNS number:___________ Point of contact:___________ Telephone:___________ STATEMENT OF WORK Emergency water supply pump 674-19-1-5065-0652 The contractor shall provide all labor, supervision and all other resources required to deliver the requirements stated herein, except as may otherwise be specified in this statement of work. The contractor shall: Install 6 Paterson Pump furnished by the Department of Veteran Affairs Furnish and install one 10 check valve Furnish and install two 10 gate valves Repair mechanical water level gauge on ground storage tank Upon site visit, contractors will be responsible for determining the specifications for the check and gate valves. Work will be performed at the Doris Miller VA Medical Center 4800 Memorial., Waco, TX. 76711, Building #131 (Pump House). The contractor shall provide all personnel, services, vehicles, transportation, tools, equipment, materials, and supplies and any other item(s) necessary to perform and accomplish the task. The contractor shall be familiar with all of the terms, conditions, and requirements herein contained. All work must comply with federal, state and local regulations. Contractor shall survey the area prior to commencement of work to ensure proper knowledge of worksite. Contractor shall notify Contracting Officer s Representative (COR) Terry Rogers, at 254-297-3455 or Terry.Rogers2@va.gov. Contractor will be responsible to ensure no loss of water pressure or service to facility during performance of contract. The contractor shall be responsible for the verification of all requirements for this project. All measurements and conditions must be verified by the contractor. Any discrepancies between field conditions and this SOW shall be immediately brought to the Contracting Officer s attention. Work shall be performed during normal work hours. Work to be performed in other than normal hours shall be approved by the Contracting Officer s Representative. The normal hours of work are 08:00 to 16:30 (4:30) Monday through Friday. The contractor shall be responsible for the removal of all debris from this facility. Utility outages shall be coordinated with the COTR at least 72 hours prior. Specified Areas: The contractor shall provide all applicable safety signage and barricades applicable to OSHA, VHA and DOD regulations. Contractor shall comply with VHA DIRECTIVE 2004-012 and all VA Center Policy Memorandums, including but not limited to the following: Protection of patients, visitors, and employees from traumatic injury, as well as occupational and facility. Period of Performance: The contractor shall complete the work required under this SOW in 30 calendar days or less from Notice to Proceed, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. Contractor shall not work on weekends or federal holidays. Site Visit Site visits will be conducted on March 8, 2019 at 9:00am CST at the address annotated below. The POC for site visit will be Terry Rogers (254) 297-3455 Terry.Rogers2@va.gov Site Visit: Doris Miller VA Medical Center 4800 Memorial Drive Building #24 (Conference Room) Waco, TX. 76711 This requirement is being solicited on a BRAND NAME OR EQUAL basis in accordance with FAR 52.211-6 Brand Name or Equal. Any Or Equal product MUST be submitted with product specifications. The end user is the final deciding authority of any technical evaluation. The following FAR and VAAR Clauses and provisions in their latest editions apply to this solicitation. 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 Evaluation Commercial Items. Technical acceptability to meet the Governments requirement, Past performance, delivery and price. Technical and past performance, when combined are less important than price. 52.212-3 Offeror Representations and Certifications Commercial Items. Offerors must include a completed copy of Representations and Certifications with their offer. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.204-7 System for Award Management 52.219-13 Notice of Set-Aside Orders 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment 52.222-50 Combatting Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim The following clauses will be incorporated in full text. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items The following clauses shall be considered marked within 52.212-5 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts Compliance Report 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.219-28 Post Award Small Business Program Representation 52.252-1 Solicitation Provisions Incorporated by Reference http://www.acquisition.gov/far/ http://www.va.gov/oal/library/vaar/ 52.252-2 Clauses Provisions Incorporated by Reference http://www.acquisition.gov/far/ http://www.va.gov/oal/library/vaar/ 852.203-70 Commercial Advertising 852.219-10 Service Disabled Veteran Owned Small Business set-aside 852.237-70 Contractor Responsibilities 852.273-74 Awards Without Exchanges The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. Quotes must include company name, company DUNS number, TAX ID#, Shipping and Handling if applicable, and point of contact information. All responsible sources should submit quotes to Michael Simington via e-mail: michael.simington@va.gov by Monday, March 11, 2019 1600 CST. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-MAR-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/VASTHCS/VASTHCS/36C25719Q0292/listing.html)
 
Place of Performance
Address: Doris Miller VA Medical Center;4800 Memorial Drive;Building #131 (Pump House);Waco, TX
Zip Code: 76711
Country: United States
 
Record
SN05239026-F 20190306/190304230043 (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.