Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2019 FBO #6494
DOCUMENT

H -- Inspection and testing of the medical gas and vacuum systems - Attachment

Notice Date
9/4/2019
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;VA CENTRAL WESTERN MASSACHUSETTS HCS;NCO1;421 North Main Street;Leeds MA 01053-9764
 
ZIP Code
01053-9764
 
Solicitation Number
36C24119Q0540
 
Response Due
9/11/2019
 
Archive Date
10/11/2019
 
Point of Contact
Stefanie Carter
 
E-Mail Address
Harris<br
 
Small Business Set-Aside
Total Small Business
 
Description
(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. (ii) The solicitation number is 36C24119Q0540 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. (iv) This requirement is being issued as a Small Business set aside. The associated NAICS code is 541380 with a size standard of $16.5 Million. (v) The Government intends to award a firm-fixed priced award for 12 months (09/16/2019-09/15/2020) with four (4) twelve-month options. The Contractor shall provide all labor, supervision, material, equipment, and travel to perform Inspection and testing of the medical gas and vacuum systems located at the Bedford VAMC, 200 Springs Road, Bedford, MA. Please see the Performance Work Statement, Price Schedule, and Evaluation below for full requirement details and pricing submission. Item # Description- Base Year 09/16/2019-09/15/2020 Qty Unit Unit Price Total Amount 0001 The contractor shall provide all personnel, management, materials, parts, equipment, tools, supplies, labor, and transportation require to perform the inspection and testing of the medical gas and vacuum systems in accordance with the Performance Work Statement 1 YR TOTAL Description- Option 1 09/16/2000-09/15/2021 1001 The contractor shall provide all personnel, management, materials, parts, equipment, tools, supplies, labor, and transportation require to perform the inspection and testing of the medical gas and vacuum systems in accordance with the Performance Work Statement 1 YR Item # Description- Option Year 2 09/16/2021-09/15/2022 Qty Unit Unit Price Total Amount 2001 The contractor shall provide all personnel, management, materials, parts, equipment, tools, supplies, labor, and transportation require to perform the inspection and testing of the medical gas and vacuum systems in accordance with the Performance Work Statement 1 YR Item # Description- Option Year 3 09/16/2022-09/15/2023 Qty Unit Unit Price Total Amount 3001 The contractor shall provide all personnel, management, materials, parts, equipment, tools, supplies, labor, and transportation require to perform the inspection and testing of the medical gas and vacuum systems in accordance with the Performance Work Statement 1 YR Item # Description- Option Year 4 09/16/2023-09/15/2024 Qty Unit Unit Price Total Amount 4001 The contractor shall provide all personnel, management, materials, parts, equipment, tools, supplies, labor, and transportation required to perform the inspection and testing of the medical gas and vacuum systems in accordance with the Performance Work Statement 1 YR (vi) The Contractor shall perform Inspection and testing of the medical gas and vacuum systems located at the Bedford VAMC. Please see the attached Performance Work Statement for a full description of the requirement. (vii) The Place of Performance is the Bedford VAMC, 200 Springs Road, Bedford, MA. The period of performance shall be 12 months with four (4) twelve-month options. (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) 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.232-2 Service of Protest (Sept 2006) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representative of Contracting Officers (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), 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. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and it will not delay our purchase. (2) Quotes shall be submitted electronically via email to stefanie.carter3@va.gov. (3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. The Contractor shall include its company name, address, DUNS and Cage Code. (4) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions will not be accepted due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 9/10/2019 at 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) Evaluation Process: Award will 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. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government will not determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, or use other techniques associated with FAR Part 15. The Contracting Officer will conduct a comparative evaluation of quotes in accordance with FAR 13.106-2 (b). The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:   Price: The Vendor shall complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces. 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 Past Performance Worksheet for your references and please submit as part of your quote submission (attached worksheet maybe used but is not required). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement in a timely efficient manner.   Contractor shall demonstrate its experience to meet all requirements stated in the PWS. If the contractor is not in the local area and intends to self-perform, it shall describe how it will accomplish Inspection and testing of the medical gas and vacuum systems in the state of Massachusetts. If you are planning to sub-contract some or all this work, please provide the name and address(s) of all subcontractor(s), a description of the planned subcontracting effort, and the subcontractor s experience to meet the requirements of the PWS. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8  by using the last year s option prices to calculate the price for six months of effort and adding that amount to the base and other option years to arrive at the total. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications (OCT 2018) -- Commercial Items, with your offer via the SAM.gov website or a written copy. Unless exempted by the Contracting Officer, you must register in SAM before we will issue a purchase order to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer might issue the order to a different quoter. Once registered, you must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 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 2019) 852.219-74 Limitations on Subcontracting (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) 852.270-1 Representatives of Contracting Officers (JAN 2008) 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause) 52.217-9 --Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 Months. (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: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018); 52.204-14, Service Contract Reporting Requirements (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)) 52.219-28 Post Award Small Business Program Representation (JUL 2013); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) 52.222-41, Service Contract Labor Standards (AUG 2018); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); (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 9/11/2019 at 1:00 PM E.S.T. RFQ responses must be submitted via email to: Stefanie.Carter3@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Stefanie Carter Stefanie.Carter3@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/36C24119Q0540/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24119Q0540 36C24119Q0540.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5138582&FileName=36C24119Q0540-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5138582&FileName=36C24119Q0540-000.docx

 
File Name: 36C24119Q0540 Copy of Past Performance Worksheet 1.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5138583&FileName=36C24119Q0540-001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5138583&FileName=36C24119Q0540-001.xlsx

 
File Name: 36C24119Q0540 PWS MEDICAL GAS AND VACUUM SYSTEM.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5138584&FileName=36C24119Q0540-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5138584&FileName=36C24119Q0540-002.docx

 
File Name: 36C24119Q0540 P07 Bedford 2015-4048 Revision 11 07162019.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5138585&FileName=36C24119Q0540-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5138585&FileName=36C24119Q0540-003.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Bedford VAMC;NCO1;200 Springs Road;Bedford, MA
Zip Code: 01730
 
Record
SN05430955-W 20190906/190904231343-1ed7f768494bcda0659c868f8696b879 (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.