Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOLICITATION NOTICE

44 -- Butterfly valves repair service

Notice Date
4/7/2020 6:16:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0612
 
Response Due
4/11/2020 12:00:00 AM
 
Archive Date
04/14/2020
 
Point of Contact
Omar Majette Contract Specialist 562-766-2249
 
E-Mail Address
omar.majette@va.gov
(omar.majette@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 9 of 9 COMBINED SYNOPSIS/SOLICITATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-87, dated March 07, 2016. The North American Industrial Classification System (NAICS) code for this requirement is 238220 Plumbing, Heating, and Air-Conditioning Contractors Size Standard $16,500000.00 Annual Revenue Solicitation 36C26220Q0612 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) contract. The Department of Veterans Affairs San Diego Healthcare System has a requirement for Storage and Desks. The Contractor shall furnish all supplies/services at: VA Loma Linda 11201 Benton St Loma Linda, CA 92357 STATEMENT OF WORK The contractor will be responsible to bring all required tools and testing devices to perform the install of nine butterfly valves with Damper switches attached. The will take place only during VA normal working hours 7:00am to 4:00pm. Contractor is responsible to meet all required codes and VA specs located in the TIL. After work is completed the contractor will be responsible to inform the VA Pipefitter Supervisor to inspect the completed work and sign a completed inspection report from the COR. CONTRACTORS RESPONSIBILITIES AT BUILDING 215: The contractor must supply (9) 4 butterfly valves with fire damper switches attached. at nine locations in building 215. Locations of 4 butterfly valves are on the first, second and third floor. Each floor will be supplied with three new butterfly valves with damper switches. The contractor will be responsible for the labor and required material to provide a completed System. Contractor will be responsible for broken ceiling tile and drywall damage created by contractor. Contractor will verify with the VA Pipefitter Supervisor that the fire alarm system has been placed in testing mode and the PBX has been informed. Contractor must contact the VA Pipefitter Supervisor prior to draining and charging the system to install the new butterfly valves. CONTRACT EXCLUSIONS: The contract will not be responsible for the fire damper switch connections, permits, electrical or plan submittals. PERIOD OF PERFORMANCE: The period of performance will be six moths from the Contract Award date. PLACE OF PERFORMANCE: VA Loma Linda 11201 Benton St Loma Linda, CA 92357 LICENSING REQUIREMENTS: Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. EPA license C-10 license C-36 license The contractor will provide all required licenses, certifications, permits, documents, as required and requested. The contractor will provide all required, qualified, license, and certified labor, technicians, equipment, materials, tools, transport, supervision, safety requirements, personal protective equipment (e.g., safety boots, safety glasses/goggles, gloves, protective wear, masks, etc.). SPECIFIC REQUIREMENTS: Schedule with Contracting Officer Representative (COR) or Designee five (5) business days in advance prior to start of work. Prior to start of job, all personnel shall have a valid Loma Linda PIV badge Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here OSHA Regulations, www.osha.gov NFPA, www.nfpa.org Submitting Quotes: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS number and total price. Offerors shall have completed FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items in Systems for Award Management (SAM) at www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. Quotes must be received by April 06, 2020 by 9:00am PST. Email your quote to omar.majette@va.gov. Ensure to reference solicitation # 36C26220Q0612 within the subject line of the email. Quote(s)/Offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. PRICE SCHEDULE Item Qty U/P Description Unit Price Extended Price 0001 1 JB Butterfly Valve Repair Service SECTION C CLAUSES Following Clauses and Provisions apply to this procurement: FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Oct 2015 FAR 52.209-11 Representation by Corporations Regarding Delinquent Tac Liability or a Felony Conviction under any Federal Law Feb 2016 FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Jan 2017 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Oct 2014) Nov 2017 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jan 2017 INSTRUCTIONS TO VENDOR Prospective vendors shall submit quotes by 1:00 PM PST 04/11/2020; and are to be submitted via the following methods: Electronic Mail (E-Mail): omar.majette@va.gov FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2017 (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-18 Availability of Funds Apr 1984 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.217-7 Option for Increased Quantity - Separately Price Line Item Mar 1989 The Government may require the delivery of the numbered item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days before contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.252-2 Clauses Incorporated by Reference Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browsefar The following VAAR clauses are also applicable to this acquisition: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of California. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/768da8ddda98431a9099d907fe2ffba5/view)
 
Record
SN05612991-F 20200409/200407230147 (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.