Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
DOCUMENT

B -- 528A5-19-521 WASTE WATER TREATMENT PLANT STUDY - Attachment

Notice Date
11/7/2019
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24219Q0895
 
Response Due
11/29/2019
 
Archive Date
3/7/2020
 
Point of Contact
Colleen McLaughlin, Contracting Officer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 8 COMBINED SYNOPSIS/SOLICITATION WASTE WATER TREATMENT PLANT STUDY FOR CANANDAIGUA VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.50- Simplified Procedures for Certain Commercial Items, 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24219Q0895. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. (iv) This procurement is being issued as an SDVOSB Set-A Side solicitation. The North American Industry Classification System (NAICS) code is 541330, Engineering Services, with a small business size standard of $15 Million. (v) In accordance with the attached statement of work, the Contractor shall provide pricing to perform an in-depth study, comparing the option to replace current dual fuel boilers (NG and Diesel) boilers in place versus replacing biomass boilers in an adjacent building with dual fuel boilers (NG and Diesel). PRICING FOR WASTE WATER TREATMENT PLANT STUDY LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 1 Completion of Waste Water Treatment Plant Study & Comparison, report of findings and research, and detailed estimate for both including and recommendations for how to proceed. 1 JB (vi) Description of requirement (See attached Statement of Work (SOW) to include Wage determination information): The contractor shall provide all parts and labor identified in the SOW. (vii) Awardee shall coordinate with the facility point of contact prior to performance. FOB Destination Canandaigua VA Medical Center 400 Fort Hill Avenue Canandaigua NY 14424 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) (ix) Evaluation will be determined based on Best Value to the Government IAW FAR Subpart 13.106-1(a)(2). The government shall award this procurement to the vendor with the lowest priced quote that is technically acceptable and has acceptable, or neutral, past performance. Vendors with no past performance shall be rated as neutral. PRICE Provide pricing information by including a completed version of the table found in section (v) of this document with your response to this combined synopsis/solicitation. TECHNICAL Please provide a maximum 5-page capability statement that indicates the vendor has the trained personnel, equipment, certifications and track record of 5 years working experience in Waste Water Treatment Plant Study and Cost Benefit or comparable study and analysis. In addition to the above capability statement the vendor shall include proof of State of New York liability insurance as stated in section A.3.1 c) of the scope of work. PAST PERFORMANCE The Government shall request the contractor provide a list of contracts completed during the past five (5) years and all contracts and subcontracts currently in process for similar studies and cost analysis for facility of multiple buildings on large plots of land: a) Name and address of contracting activity b) Name and telephone number of contract person c) Dates of contract performance The Government reserves the right to make award without discussions. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of total service-disabled veteran-owned small business set-aside. 825.219-74 Limitations on Subcontracting Monitoring and Compliance 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. 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 (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer Other than System for Award Management (OCT 2018) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (xiii) The Service Contract Act of 1965 does apply to this procurement, and the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is a Service-Disabled Veteran Owned Small Business (SDVOSB) Set-A-Side synopsis/solicitation,  the government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Quotes are required to be received NO LATER THAN 12:00 PM EDT, Friday, November 29th, 2019. Quotes and supporting documentation must be emailed to Colleen McLaughlin at Colleen.Mclaughin@va.gov. REQUESTS FOR INFORMATION (RFI): To obtain clarifications and/or additional information concerning the contract requirements or specifications, submit a written RFI via email to Colleen.Mclaughlin@va.gov. RFIs will be responded to as necessary in amendment format which will be posted on Beta.SAM.gov. The deadline for submission of RFIs for this solicitation is Wednesday, November 20, 2019 at 4:30 PM (EST). No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephone RFIs will not be accepted or returned (xvi) Direct your questions to Colleen Mclaughlin, Contracting Specialist, 716-862-7461 x 2380; Colleen.Mclaughlin@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24219Q0895/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24219Q0895 36C24219Q0895_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5218020&FileName=36C24219Q0895-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5218020&FileName=36C24219Q0895-002.docx

 
File Name: 36C24219Q0895 P07 - Wage Determination - Ontario County 9-20-2019.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5218022&FileName=36C24219Q0895-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5218022&FileName=36C24219Q0895-003.pdf

 
File Name: 36C24219Q0895 P09 - SOW - Waste Water Treatment Study.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5218025&FileName=36C24219Q0895-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5218025&FileName=36C24219Q0895-004.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: Canandaigua VAMC;400 Fort Hill Ave;Canandaigua NY
Zip Code: 14424
 
Record
SN05492036-W 20191109/191107230830-bd4c6411419bf04acc16610526a0ed49 (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  © 1994-2020, Loren Data Corp.