Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOLICITATION NOTICE

H -- Statement of Conditions (SOC) Survey at Albany VAMC

Notice Date
12/6/2019 9:04:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0145
 
Response Due
12/20/2019 8:59:59 PM
 
Archive Date
02/18/2020
 
Point of Contact
Natalie Acevedo
 
E-Mail Address
Natalie.Acevedo@va.gov
(Natalie.Acevedo@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C24220Q0145 Page 3 of 5COMBINED SYNOPSIS/SOLICITATION STATEMENT OF CONDITIONS (SOC) SURVEY, STRATTON VETERANS ADMINISTRATION MEDICAL CENTERDescriptionThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for 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 document will not be issued.This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 (eff. 10/10/19).This solicitation is set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB).The associated North American Industrial Classification System (NAICS) code for this procurement is 541350 with a small business size standard of $8 Million.The FSC/PSC is H342 Inspection-Fire Fighting/Rescue/Safety Equipment; Environ Protection Equipment/Matis.The Stratton Veterans Administration Medical Center, located at 113 Holland Avenue, Albany NY 12208 is seeking to purchase all labor and materials to perform a Statement of Conditions (SOC) Survey of Building one (Main Hospital) This work shall be in accordance NFPA 101, OSHA and Joint Commission Standards. This is an optional pricing worksheet. The contractor may use their own documentation, but pricing must be done in a manner where labor and equipment and other costs can be evaluated independently.All interested companies shall provide quotations for the following:STATEMENT OF CONDITIONS (SOC) SURVEYLine ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price0001Provide Statement of Conditions (SOC) Survey of Building one (Main Hospital) 0002Fire Safety Engineer0003Certified Life Safety Inspectors/Technicians(please provide what level Rep provided)0004Provide Survey Report of Findings Documentation and DeficienciesTotalStatement of WorkStatement of Conditions Survey (SOC)General Scope of Work: Stratton Veterans Administration Medical Center, located at 113 Holland Avenue, Albany NY 12208 is requesting a contract to provide all labor and materials to perform a Statement of Conditions (SOC) Survey of Building one (Main Hospital) This work shall be in accordance NFPA 101, OSHA and Joint Commission Standards. Work will include: 100% inspection of building 1, including above ceiling, which will encompass the verification of occupancy designations. Identification/verification of Suites, hazardous areas and smoke and fire barriers including penetrations.Building Specs: 13 Story, @750,000 sq. ft. (All designated as Healthcare Occupancy) The following is required for this contract:This survey will include - Construction type - Smoke/fire rated wall locations - Proper protection of wall/floor openings and penetrations - Corridor construction - Suite locations and design - Means of egress compliance - Fire alarm device locations - Standpipe outlet locations - Smoke detection coverage - Manual pull station locations - Exit signage - Sprinklered areas - Hazardous areas - Interior finish requirements - Life Safety (LS) Drawings Current LS drawings must address the following topics: A legend that clearly identifies features of fire and life safety Areas of the building that are fully sprinkled (if the building is partially sprinkled). Distinguish between wet and dry pipe systems, i.e. attic spaces dry. Locations of all hazardous storage areas (as defined by NFPA 101 19.3.2.1 and 21.3.2.1) Locations of all rated barriers Locations of all smoke barriers Locations of designated smoke compartments Locations of chutes and shafts Suite boundaries including the size and type of suite (sleeping, patient care non-sleeping, non-patient care. Note: only required for healthcare occupancies). Any approved equivalencies or waiversSurvey team will consist of at least one Fire Safety Engineer.And must have certified Life Safety Inspectors/Technicians.Documentation that includes fire rated wall plans showing the location of the items surveyed which will satisfy compliance with the SOC requirements. A list of all deficiencies including necessary corrective actions, and plans showing the location of these deficiencies.Provided by VASite personnel to coordinate inspection activities.Provide ladders, and infection control cubes to allow for safe inspection access.Copy of current LS drawings.Period of PerformanceWork shall begin within 1 month of notice to proceed and take no longer than 3 months to complete. Data analysis and final report is required within 3 weeks of completed inspections. All work shall be performed so as not to interfere with patient care operations which may include night and weekend work as required. Place of Performance/Place of DeliveryAddress:113 Holland Avenue, Albany, NY Postal Code:12208Country:UNITED STATESThe full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition:FAR 52.212-1, Instructions to Offerors Commercial Items (a) North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation.(b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; 36C24220Q0145The name, address, and telephone number of the quoter;Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete. Provide one redacted and one unredacted copy of technical information.Price should be for all services detailed in price and cost schedule of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete.Acknowledgement of any solicitation amendmentsPast performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.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)852.209-70 Organizational Conflicts of Interest (JAN 2008)852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this acquisition. Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are included as addenda to FAR 52.212-4:52.204-13 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 (JUL 2019)852.219-74 Limitations on Subcontracting-Monitoring and Compliance (JUL 2018)852.232-72 Electronic Submission of Payment Requests (NOV 2012)852.237-70 Contractor Responsibilities (APR 1984)852.270-1 Representatives of Contracting Officers (JAN 2008)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (OCT 2019)The following subparagraphs of FAR 52.212-5 are applicable:52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)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 (OCT 2019)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) (E.O. 11246)52.222-36 Equal Opportunity for Workers with Disabilities (JUL 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)52.222-50 Combating Trafficking in Persons (MAR 2015)52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)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 System for Award Management (OCT 2018)The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination we feel are applicable to this combined synopsis/solicitation are: Wage Determination # 1991-0101 (Northeast Region) Occupation Code ������������ Title ������������������������������������� Rate���������������������� H&W�������������������� Total99610������������������� Quality Control I������������������������������ ������������������������������� Quality Assurance Rep I���������������� 14.46�������������������� 4.54����������������������� 19.00������������������������������� Quality Assurance Rep II��������������� 17.54�������������������� 4.54����������������������� 22.08������������������������������� Quality Assurance Rep III������������� 19.75�������������������� 4.54����������������������� 24.29The Service Contract Act of 1965 is not applicable to Fire Safety Engineer.Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Technical capability - Contractor shall provide a maximum 10-page capability statementdemonstrating their ability to meet all the requirements of the SOW. Survey team will consist of at least one Fire Safety Engineer and must have certified Life Safety Inspectors/Technicians.Provide documentation of credentials of all Fire Safety Engineers and Life Safety Inspectors.(2) Past performance - Contractor must provide three references for contract of similar scope and magnitude to be evaluated. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. (3) Price - The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. 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.The award will be made to the response most advantageous to the Government.Responses should contain your best terms, conditions.All quotes shall be sent to Natalie Acevedo at Natalie.Acevedo@va.gov.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:"" Quoters shall list exception(s) and rationale for the exception(s), if any.Submission of your response shall be received not later than 2:00 PM EST, Friday December 20, 2019. The government shall only accept electronic submissions via email, please send all quotations to Natalie.Acevedo@va.gov. RFI s will not be accepted after Monday, December 16, 2019 at 12:00 PM EST.Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of ContactNatalie Acevedo, Contracting Officer, 718-584-9000 x 2105, Natalie.Acevedo@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3dca96419c7044c198c3d3e167599f93/view)
 
Place of Performance
Address: Stratton Veterans Administration Medical Center;113 Holland Avenue;Albany NY 12208, USA
Zip Code: 12208
Country: USA
 
Record
SN05510887-F 20191208/191206230249 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.