Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOLICITATION NOTICE

J -- West Haven / Newington Connecticut Sterilizer Maintenance

Notice Date
12/10/2019 11:58:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0104
 
Response Due
1/10/2020 8:59:59 PM
 
Archive Date
04/09/2020
 
Point of Contact
Josh GallienJoshua.Gallien@va.gov
 
E-Mail Address
Joshua.Gallien@va.gov
(Joshua.Gallien@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis Solicitation Newington / West Haven Connecticut VAMC Sterilizer Maintenance (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 36C24120Q0104 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 2020-01.(iv) This requirement is being issued as an open market, small business set-aside. The associated NAICS code is 811219 Other electronic and precision equipment repair and maintenance with a small business size standard is $22 million.(v) The Government intends to award a firm-fixed price award for sterilizer maintenance Newington / West Haven Connecticut VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT00011.00YR____________________________________Sterilizer maintenance at the VA New Haven and Newington Connecticut locations. Contract Period: BasePOP Begin: 17-Jan-2020POP End: 16-Jan-202100021.00YR____________________________________Sterilizer maintenance at the VA New Haven and Newington Connecticut locations. Contract Period: Option 1POP Begin: 17-Jan-2021POP End: 16-Jan-202200031.00YR____________________________________Sterilizer maintenance at the VA New Haven and Newington Connecticut locations. Contract Period: Option 2POP Begin: 17-Jan-2022POP End: 16-Jan-202300041.00YR____________________________________Sterilizer maintenance at the VA New Haven and Newington Connecticut locations. Contract Period: Option 3POP Begin: 17-Jan-2023POP End: 16-Jan-202400051.00YR____________________________________Sterilizer maintenance at the VA New Haven and Newington Connecticut locations. Contract Period: Option 4POP Begin: 17-Jan-2024POP End: 16-Jan-2025GRAND TOTAL__________________ (vi) The Contractor shall provide all resources necessary to provide sterilize maintenance IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details.(vii) The Place of Performance VA New Haven and Newington as described per the PWS.(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, 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 (OCT2018), 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016), 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), 52.212-2 Evaluation-Commercial Items (OCT 2014), 52.212-3 Offer Representation and Certifications-Commercial Items (POCT 2018) (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 20-Dec-2019 at 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.Contractor shall provide all current and relevant or license(s) to include manufacture training certificate etc. 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.Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor.� For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). Verified SDVOSBs will receive a 10% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $90.00).Verified VOSBs will received a 5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00).For Non-SDVOSBs/VOSBs: To receive some consideration under this Factor, an� Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB Subcontractors must be registered and verified in VIP database (http://www.VetBiz.gov) in order to receive some consideration under the Veteran s Involvement Factor.If a vendor submits a subcontracting plan where it will be using a SDVOSB, it will receive a 3.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00).If a vendor submits a subcontracting plan where it will be using a VOSB, it will receive a 2.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50).(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: 52.252-2 Clauses Incorporate by Reference (FEB 1998), 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.219-6 Notice of Total Small Business Set-Aside, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (MAY 2008), 852.215-71 Evaluation Factor Commitments (SEP 2019), 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018), 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.(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, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable Newington CT VAMC Hartford County WD 15-4119 (Rev-11), West Haven CT New Haven County - WD 15-4127 (Rev-12), 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 10-Jan-2020 at 11:00 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 Josh Gallien (Joshua.Gallien@va.gov).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9558e9146e1b498ca30f4d26ea31aee9/view)
 
Record
SN05512867-F 20191212/191210230250 (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.