MODIFICATION
J -- Alarm System Monitoring and Service Providence, RI VA Facilities - Community Based Outpatient Clinics Base + 4 Option Years
- Notice Date
- 5/3/2019
- Notice Type
- Modification
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- 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
- 36C24119Q0298
- Response Due
- 5/17/2019
- Archive Date
- 8/15/2019
- Point of Contact
- Joshua.Gallien@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- **Amendment 001 Providence VAMC Facilities This Amendment is to correct an FBO posting Discrepancy (no content change)** **Amendment 001 Correcting FBO posting Discrepancy ** Combined Synopsis Solicitation Providence VAMC Facilities - Continuous Security Alarm Monitoring and Maintenance Service, Base + 4 potential option years. (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 36C24119Q0298 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. (iv) This requirement is being issued as an open market, service-disabled veteran-owned small business set-aside. The associated NAICS code is 561621 Alarm System Monitoring Services and small business size standard is $20.5 million. (v) The Government intends to award a firm-fixed price award for continuous security alarm system monitoring service and maintenance at the Providence VAMC Facilities. Please see the attached Performance Work Statement 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 Alarm Monitoring Service in Accordance with the Performance Work Statement. Contract Period: Base POP Begin: 17-Jun-2019 POP End: 16-Jun-2020 1.00 YR __________________ __________________ 1001 Alarm Monitoring Service in accordance with the Performance Work Statement. Contract Period: Option 1 POP Begin: 17-Jun-2020 POP End: 16-Jun-2021 1.00 YR ________________ _________________ 2001 Alarm Monitoring Service in accordance with the Performance Work Statement. Contract Period: Option 2 POP Begin: 17-Jun-2021 POP End: 16-Jun-2022 1.00 YR ________________ _________________ 3001 Alarm Monitoring Service in accordance with the Performance Work Statement. Contract Period: Option 3 POP Begin: 17-Jun-2022 POP End: 16-Jun-2023 1.00 YR ________________ _________________ 4001 Alarm Monitoring Service in accordance with the Performance Work Statement. Contract Period: Option 4 POP Begin: 17-Jun-2023 POP End: 16-Jun-2024 1.00 YR ________________ _________________ GRAND TOTAL __________________ (vi) The Contractor shall provide all resources necessary to provide continuous alarm system monitoring service and maintenance IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details. (vii) The Place of Performance is the Providence Facility Locations: (as outlined in the PWS) Hyannis CBOC Facility VA Primary Care Center, 233 East Stevens Street, Hyannis, MA 02601-3766 Middletown CBOC Facility VA Primary Care Center, One Corporate Place, Middletown, RI 02842 Eagle Square 1, The Crawford Building, 589 Atwells Avenue, Providence, RI 02909-2472 Eagle Square 2, The Uncas Building 1st Floor, Eye Clinic, 623 Atwells Avenue, Providence, RI 02909-2472 Eagle Square 3, The Uncas Building 3rd Floor, 623 Atwells Avenue, Providence, RI 02909-2472 Eagle Square 4 & 4A, The Crawford Building 2nd Floor, 589 Atwells Avenue, Providence, RI 02909-2472 Eagle Square 5 & 6, The Uncas Building 1st Floor, Audiology Clinic / Comp & Pen, 623 Atwells Avenue, Providence, RI 02909-2472 (viii) Provision at 52.212-1, Instructions to Offerors Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7, System for Award Management (OCT 2018), 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016), 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, 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: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Joshua.Gallien@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 09-May-2019 by 10:00 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 should 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: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Performance Work Statement. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. (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. (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: 52.204-13 System for Award Management Maintenance (OCT 2018), 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), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (May 2008), 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(Deviation), 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018), 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.237-70 Contractor Responsibilities (APR 1984) 852.219-10 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (Deviation), (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (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 (see VAAR 802.201 Surviving Spouse definition); (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; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (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 verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified 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, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (END-OF-CLAUSE) (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, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 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 (Providence, Rhode Island VAMC Providence County WD 15-4083 (Rev.-10) was first posted on www.wdol.gov on 04/30/2019), Middletown RI Newport County WD 15-4089 (Rev.10) was first posted on www.wdol.gov on 04-30-2019, Hyannis MA Barnstable County WD 15-4045 (Rev.-10) was first posted on www.wdol.gov on 01/01/2019, 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 17-May-2019 at 10:00 AM EST. RFQ responses must be submitted via email to: Joshua.Gallien@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Joshua Gallien (Joshua.Gallien@va.gov). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAY-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/NoVAMC/VAMCCO80220/36C24119Q0298/listing.html)
- Record
- SN05301636-F 20190505/190503230039 (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 |