Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2019 SAM #6600
SOLICITATION NOTICE

J -- Install Safety Cabinets

Notice Date
12/23/2019 12:32:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q0166
 
Response Due
12/31/2019 8:59:59 PM
 
Archive Date
01/15/2020
 
Point of Contact
Rodney Wilsonrodney.wilson2@va.gov
 
E-Mail Address
rodney.wilson2@va.gov
(rodney.wilson2@va.gov)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Awardee
null
 
Description
VETERANS ADMINISTRATION MEDICAL CENTER, DURHAM, NC Description This 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 238210 with a small business size standard of $15.0 Million. The FSC/PSC is J065 Maintenance, Repair and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies. The Durham Veterans Administration Medical Center, located at 508 Fulton Street, Durham, NC 27705 is seeking the need for a contractor to install government provided thimble on biological safety cabinet hood located in room F3176 at the Durham Veterans Affairs Health Care System (VAHCS), All interested companies shall provide quotations for the following: PRICE SCHEDULE Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 CONTRACTOR SERVICES: 1 DECONTAMINATE, REMOVE EXISTING THIMBLE AND INSTALL NEW THIMBLE. 4'DUCT & 90 ELBOW, RECERTIFY BSC HOOD 1 JB The 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; The name, address, and telephone number of the offeror; Technical description of services to be performed in accordance with the Performance Work Statement (PWS). This Technical description should address the requirement specifically. Capability statements that are merely an overview of what services the contractor offers, will be determined incomplete. Price should be for the services detailed in price schedule of this document. Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. AWARD BASIS AND EVALUATION METHOD: The Government will use a comparative evaluation method to select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Technical capability and Price. Following receipt of quotes, the Government will perform a comparative evaluation of the quotes. The Government will compare quotes to one another to select the proposed service that best benefits the Government by fulfilling the requirements of PWS. The evaluation of Government requirements outlined in this request for quote will determine suitability. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide the service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. : Technical capability - Contractor shall provide a Technical quote that addresses all the requirements expressed in the Performance Work Statement (PWS). (2) 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. The award will be made to the quote that represents the best benefit to the Government. TECHNICAL QUESTION: Technical question(s) will not be accepted after Monday, December 30, 2019 at 10:00 AM EST. please send all technical prior questions prior to the above date to rodney.wilson2@va.gov QUOTE SUBMISSIONS: All quotes submissions shall be submitted by 2:00 PM EST, Tuesday December 31, 2019 to Rodney Wilson at rodney.wilson2@va.gov. The government will only accept electronic submissions via email to rodney.wilson2@va.gov. 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 CONTACT Rodney Wilson, Contracting Officer, 757-728-7188, rodney.wilson2@va.gov. 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) 52.232-40 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) 852.270-1 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) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (May 2014) 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) Offerors that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. 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) PERFORMANCE WORK STATEMENT The Department of Veterans Affairs currently has the need for a contractor to install government provided thimble on biological safety cabinet hood located in room F3176 at the Durham Veterans Affairs Health Care System (VAHCS), 508 Fulton St, Durham, NC 27705 in accordance with the terms and conditions herein. Period of Performance: The expected period of performance is 30 days from the date of the contract award. The actual performance period shall be established at the time of contract award. DESCRIPTION OF WORK: Hours of Operation: Services shall be performed during the VA normal business hours, 7:30 a.m. through 4:00 p.m., Monday through Friday, excluding Federal holidays, and any other day specifically declared by the President of the United States. Federal holidays are available at the Federal Holiday OPM Site. For working outside the hours as defined in this contract, the vendor shall give 3-day notice to the Contracting Officer Representative so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. All work to be coordinated around an operational medical center as to minimize impact to patient care. PERFORMANCE WORK STATEMENT: REPAIRS The contractor shall provide all labor, personnel, supervision, equipment, to decontaminate the Biological Safety Cabinet Hood, remove existing thimble and install a VA furnished thimble, replace 4 X 8 stainless steel duct and 8 x 90-degree elbow. Attached duct work from the top of thimble to existing ductwork and then recertify BSC hood in Room F3176, Bldg. 1 . The contractor shall dispose of the existing thimble. The contractor shall cover and protect the existing HEPA filter from all dust and debris that may be as a result from the install. GENERAL All contract field personnel engaged in work on this project shall be trained in accordance with current regulations and enrolled in a medical monitoring program. Training shall include 40-hour and annual update training in compliance with OSHA and EPA regulations. The contractor s employees shall not enter the work site without appropriate identification. They may also be subject to inspection of their personal effects when entering or leaving the project site. Execute work to interfere as little as possible with normal functioning of the hospital including operations of utility services, fire protection systems and any existing equipment, and with work being performed by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space. No utility service such as water, gas, steam sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director s prior knowledge and written approval. The vendor shall submit a request to interrupt any such services to COR, in writing, 48-hours in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption. VA reserves the right to close or shut down the project site and order the vendor s employees off the premises in the event of a national emergency. The vendor may return to the site only with the written approval of the Contracting Officer. Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241. Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COR. Buildings will be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Durham VAHCS operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Durham VAHCS operations will continue during the installation period. The contractor shall maintain neat and orderly work areas and shall clean area of debris and rubbish daily and dispose of waste materials offsite per hospital policies. The contractor shall provide a dumpster if it is determined to be necessary and shall work with the COR in advance for a spot-on site to establish the dumpster. All work shall be performed in full accordance with applicable local and Federal regulations. All materials and installation shall conform to the recommendations of National Fire Protection Association (NFPA), plumbing and mechanical codes. No departures from specification requirements will be permitted without written approval. The Supplier shall use good safety practices while working. All hardware should be installed in such a manner to minimize damage and maximize patient and employee safety. New work shall be installed and connected to existing work safely and professionally. Disturbed or damaged work shall be replaced or repaired to its prior conditions. All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly. Where the Government determines that the vendor has installed equipment not conveniently accessible for operation and maintenance, equipment shall be removed, and reinstalled or remedial action performed as directed at no additional cost to the Government. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Obtain daily permits from facility Safety Manager at least 24-hours in advance. Contractor personnel and sub-contractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA personnel regarding information and information system security. All contractor and sub-contractor personnel shall have completed tuberculosis skin test within the past year and provide documentation to the COR prior to performing any work at the VA facility. The contractor shall be issued temporary construction badges each day work is performed and must be returned at the end of each work day. All contractors shall wear badges so that the badges are easily viewed always while on-site. Contractor shall notify the COR immediately of any lost badges. Contractor and all their employees shall report to the safety office to receive safety training prior to working on site. Contractors will be issued a short-term parking pass. Contractor shall provide a valid driver s license, license plate number and signed copy of their contract. OSHA 10-hour training is required for all workers on site and the OSHA 30-hour training is required for Trade Competent Persons (CPs) and shall provide documentation to the COR prior to performing any work at the VA facility. End of PWS
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/418f4a3310494e5cbb761c7aac177730/view)
 
Place of Performance
Address: Department of Veterans Affairs;Durham VA Medical Center;508 Fulton Street;Durham, NC 27705
Zip Code: 27705
 
Record
SN05523330-F 20191225/191223230137 (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.