Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2019 FBO #6319
SOLICITATION NOTICE

58 -- Annual Load Banking for Bldg 501, 299, 215G. (VA-18-00005228)

Notice Date
3/11/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0473
 
Response Due
3/18/2019
 
Archive Date
3/21/2019
 
Point of Contact
562-766-2249
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is 36C262-19-Q-0473, and a firm fixed price contract is contemplated. This procurement is 100% SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES or VETERAN-OWNED SMALL BUSINESS set-aside and the associated North American Industry Classification System (NAICS) code is 238210 Electrical Contractors and Other Wiring Installation Contractors with a business size standard of $15,000,000.00 The Government intends to fulfill the acquisition with a Certified NFPA 99, NFPA 110 and VHA Electrical Directive 1028 compliant 4 Hour test program. By submission of its quote, the vendor accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in a quote being excluded from competition and not evaluated any further. Vendors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, effective 24 Jan 2018. Participating vendors must be registered at www.sam.gov, as small businesses under the NAICS code listed above or provide self-certification with their quote. The Department of Veteran Affairs is seeking to fulfill the following requirement: CLIN ITEM Quantity Unit Price Total Price 0001 2 Hour Load Test Bldg. Chiller 1 0002 2 Hour Load Test Bldg. 215G 1 0003 2 Hour Load Test Bldg. 299 1 TOTAL Statement of Work Contractor shall provide all parts, labor and materials required to perform load bank testing according to the NFPA Emergency Generator testing cycles. The facility requires Tri-Annual 2-hour continuous load bank requirement. The tests shall meet all the requirements of NFPA 99 and NFPA 110 and VHA Electrical Directive 1028. The test results shall be recorded and documented and 2 separate reports, one for each generator tested shall be provided to the VA Electric Shop Supervisor within 7 business days of completion of the Load Bank test. Each generator tested shall have a complete and separate report in its entirety. Each report shall be bound separately, 1 copy of each shall be provided to the VA Electric Shop Supervisor, along with electronic copies. The contractor will be responsible for 2-hour testing. Procedures: Bldg 215G Generator Size (1500kW) 4160v Caterpillar 3512C, SN EBG00783 Providing resistive load bank as applicable to the generator capacity. Provide and install all cabling to perform load bank test for both generators. Provide all tools and testing instruments necessary to perform load bank testing. Run test with requested load for 2 hours test duration. Record readings according to the testing requirements of the NFPA 99 and 110, in Intervals at 30%, 50% and 75% load. First load requirement at 30% load KW rating of name plate will be 30 minutes long. Second load requirement at 50% load KW rating of name plate will be 30 minutes long. Third load requirement at 75% load KW rating of name plate will be 1 hour long. After this 2 hour period of testing, disconnect load bank from unit. Return unit back to original mode of operation. Provide recommendations based on test results. Submit report to customer. The contractor will be responsible for 2-hour testing. Procedures: Bldg. 299 Generator Size (1500KW) 4160v Caterpillar 3512 Providing resistive load bank as applicable to the generator capacity. Provide and install all cabling to perform load bank test for both generators. Provide all tools and testing instruments necessary to perform load bank testing. Run test with requested load for 2 hours test duration. Record readings according to the testing requirements of the NFPA 99 and 110 in Intervals at 30%, 50% and 75% load. First load requirement at 30% load KW rating of name plate will be 1 hour long. Second load requirement at 50% load KW rating of name plate will be 1 hour long. Third load requirement at 75% load KW rating of name plate will be 2 hour long. After this 2 hour period of testing, disconnect load bank from unit. Return unit back to original mode of operation. Provide recommendations based on test results. Submit report to customer. Procedures: Bldg. 501 Generator Size (2000KW) 4160v Caterpillar 3516, SN DD600156 Annual Test Providing resistive load bank as applicable to the generator capacity. Provide and install all cabling to perform load bank test for both generators. Provide all tools and testing instruments necessary to perform load bank testing. Run test with requested load for 2-hour test duration. Record readings according to the testing requirements of the NFPA 99 and 110 in Intervals at 30%, 50% and 75% load. First load requirement at 30% load KW rating of name plate will be 30 minutes long. Second load requirement at 50% load KW rating of name plate will be 30 minutes long. Third load requirement at 75% load KW rating of name plate will be 60 minutes long. After this 2-hour period of testing, disconnect load bank from unit. Provided preventive maintenance on 4160V circuit breaker. Return unit back to original mode of operation. Provide recommendations based on test results. Submit report to customer SECTION C CLAUSES Following Clauses and Provisions apply to this procurement: FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Oct 2015 FAR 52.209-11 Representation by Corporations Regarding Delinquent Tac Liability or a Felony Conviction under any Federal Law Feb 2016 FAR 52.211-6 Brand Name or Equal Aug 1999 FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Jan 2017 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Oct 2014) Nov 2017 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jan 2017 INSTRUCTIONS TO VENDOR Prospective vendors shall submit quotes by 1:00 PM PST, 03/18/2019; and are to be submitted via the following methods: Electronic Mail (E-Mail): omar.majette@va.gov FAR 52.212-2 Evaluation -Commercial Items Oct 2014 (a) 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: Technical ability to meet specifications, past performance and price. Offerors shall provide specifications and other necessary information to demonstrate it meets the requirements of this solicitation (e.g. pictures, websites...). Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum to 52.212 2 Evaluation of Commercial Items a. BASIS FOR CONTRACT AWARD: This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) procedure to make a best value award. A decision on the technical acceptability of each offeror s quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. While the Government will strive for maximum objectivity, the technical go/no go process, by its nature, is subjective; therefore, professional judgment is implicit throughout the evaluation process. The Government intends to make an award based on the initial quotations. If further questions are required, the contracting officer may contact the offeror or offerors. Award will be made to the responsible offeror whose quotation conforms to all solicitation requirements, such as terms and conditions, representations and certifications, technical requirements, and also provides the best value to the Government based on the results of the evaluation described in paragraph (b) below. (b) The LPTA evaluation process will be accomplished as follows: (1) Technical Acceptability. Each offeror s technical quotations will be evaluated to determine if the offeror provides a sound, compliant approach that meets the requirements of Part 5 of the Performance Work Statement and demonstrates a thorough knowledge and understanding of those requirements. An evaluation rating of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical quotations evaluation. If an Offeror receives a technical rating of Non-Acceptable they will not be considered for award. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2017 (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (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) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-18 Availability of Funds Apr 1984 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.217-7 Option for Increased Quantity - Separately Price Line Item Mar 1989 The Government may require the delivery of the numbered item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days before contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.252-2 Clauses Incorporated by Reference Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browsefar The following VAAR clauses are also applicable to this acquisition: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of California. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-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/LBVANBC/VAMD/36C26219Q0473/listing.html)
 
Record
SN05246296-F 20190313/190311230030 (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.