Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2020 SAM #6905
SOLICITATION NOTICE

H -- Puerto Rico National Cemetery - AC Maintenance/Deep Clean Units Service | December 1, 2020 - November 30, 2021 with (4) 1-Year Options through November 30, 2025.

Notice Date
10/23/2020 11:12:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78621Q0030
 
Response Due
11/9/2020 2:00:00 PM
 
Archive Date
01/08/2021
 
Point of Contact
tene.becknell@va.gov, Tene Becknell, Phone: 540-658-7226
 
E-Mail Address
tene.becknell@va.gov
(tene.becknell@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1 RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620Q0116 Issue Date of Solicitation: January 8, 2020 Response Due Date: January 23, 2020 at 12:00 pm (Eastern) Requested Services HVAC Deep Cleaning & Annual Inspections of A/C Units & Compressors Place of Performance: Puerto Rico National Cemetery (PRNC) 50 Avenida Cementerio Nacional Bayamón, Puerto Rico 00961 Applicable NAICS: 238220 Plumbing, Heating, and Air-Conditioning Contractors Classification Code: H941, Other QC/Test/Inspect Refrigeration, Air Conditioning and Air Circulating Equipment Set Aside Type: 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Period of Performance: February 1, 2020 - January 31, 2021 w/ (4) 1-Year Options through January 31, 2025 Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contracting Services 18434 Joplin Road Triangle, VA 22172 Attachments: (A) General Decision Number: PR20200001 dated January 3, 2020 covers Bayamon, PR Municipality (B) Performance Work Statement (PWS) (C) Price/Cost Schedule (D) Past Performance Questionnaire (E) Past Performance List of References 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; Quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78620Q0116. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 (September 2018). This is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The applicable North American Industrial Classification System (NAICS) code for this procurement is 238220, Plumbing, Heating and Air-Conditioning Contractors with a business size standard in dollars of $16.5 million dollars. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.  In accordance with FAR 19.502-4, the Government reserves the right to make multiple contract awards to more than one responsible SDVOSB concern. Department of Veterans Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract. In accordance with Veterans Affairs Acquisition Regulation (VAAR) Clause 852.219-10, Quoters understand that at least 51 percent of the cost of personnel for contract performance will be spent for employees of your business concern or employees of other eligible Service-Disabled Veteran-Owned small business concerns.  Quoters must demonstrate in their Technical Proposal volume, a detailed plan of action on how compliance with this mandate will be met and maintained for the duration of this contract. NON-PERSONAL SERVICES CONTRACT The services provided in the contract will involve non-personal services. The personnel rendering the services of the contract are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. SITE VISITS: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect one or all sites constitute grounds for a claim after contract award. If your company plans to conduct a site visit of the Puerto Rico National Cemetery, you must do so during the designated date and times below only. No site visits will be scheduled or arranged after January 15, 2020 pertaining to this requirement. Site Visit Date: January 15, 2020 ONLY Time: 8:00 a.m. to 2:30 p.m. (Atlantic Standard Time) Site Visit Location: Puerto Rico National Cemetery, 50 Avenida Cementerio Nacional, Bayamón, Puerto Rico 00961 Administration and Maintenance Complex Buildings. Quoters are not required to schedule an appointment in advance with the Cemetery prior to the above-mentioned appointed site visit date/times. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide complete three (3) annual HVAC A/C Unit and Compressor Deep Cleaning & Inspection services for the Puerto Rico National Cemetery following applicable federal and National Cemetery Administration Shrine standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives (Quality Assurance Surveillance Plan, if applicable), and terms and conditions contained in this solicitation. Quoter is to understand that the quantities stated in the schedule are estimates for pricing purposes only. The schedule price provided shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Quoters shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended proposed price and the total of the CLINs will be recomputed accordingly. CLIN No. Supplies/Services Est. Qty Unit Unit Price Total Price 0001 Description $_________ $___________ SEE ATTACHMENT C - PRICE/COST SCHEDULE Total $___________ Total Estimated Price Base and all Option periods $______________ SCOPE: The contractor shall be responsible for providing HVAC A/C Unit and Compressor Deep Cleaning and Inspection services three times per year as requested by the Puerto Rico National Cemetery. Services to be Provided: See Attachment B Performance Work Statement (PWS). INSTRUCTIONS TO QUOTERS: Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED TO COMPANIES THAT DO NOT HAVE A CURRENT/ACTIVE SAM ACCOUNT REGISTRATION. SDVOSB and VOSB socio-economic eligible category concerns MUST have an active/current registration with the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) AT TIME OF AWARD if selected. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm (Eastern) on January 23, 2020. Responses to this announcement will result in a Firm Fixed Priced contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Quoters are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Questions: All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than January 17, 2020 4:00 p.m., (Eastern). All questions should be consolidated and sent via email to tene.becknell@va.gov. Telephone inquiries will not be accepted. Questions will not be addressed after the question s deadline due date. To maintain procurement integrity compliance, please do not contact the Puerto Rico National Cemetery or Southeast District personnel directly with any questions pertaining to this Solicitation. All questions must be forwarded to the Contracting Officer by the designated Q&A deadline date. QUOTATION PREPARATION INSTRUCTIONS: Quotation Format and Submission Information: Quotations must be submitted on company letterhead. Commercial format is encouraged. All Quotation documents must be submitted in four (4) SEPARATE volumes and in Adobe Acrobat (.pdf) format No MS Word documents please. Quotations and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following email address: tene.becknell@va.gov by the above deadline. The Quoter, not the Contracting Officer, will be responsible for ensuring that a complete proposal and all Volumes have been received the Contracting Officer by the designated deadline date. Quotation packages that do not contain all the above materials will be rejected as non-responsive. All Quoters shall include the following information as part of their Quotation in the following four (4) VOLUMES: Company Information (VOLUME A) The following information shall be included in Volume A: Legal Business/Company Name (as listed in www.sam.gov) Complete Company Address (No PO Boxes) DUNS Number Company Point of Contact Name & Title Telephone number Email Address Company Capabilities Statement Proof of current System for Award Management (SAM) account For SDVOSB and VOSB concerns, proof of active/current Vendor Information Pages (VIP) certification (CVE letter is acceptable). One (1) signed copy of Acknowledgement of any Solicitation Amendments One (1) copy of Completed FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data (if applicable) One (1) copy of Completed FAR Provision 52.212-3 Certifications and Representations or indicate whether contractor has completed the annual representations and certifications electronically at www.sam.gov (copy of current SAM status) Technical Proposal (VOLUME B) The following information shall be included in Volume B: One (1) copy of Technical Proposal. The following shall also be included as part of the Quoter s technical submission: Experience description of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing. Resumes, CV s, additional experience related information, etc., Limitations on Subcontracting plan of compliance (see Veterans Affairs Acquisition Regulation (VAAR) Clause 852.219-10). Past Performance (VOLUME C) The following information shall be included in Volume C: Past Performance Questionnaire (Attachment D) AND at least three (3) Past Performance References for related HVAC Cleaning Services. In addition to the past performance questionnaires, the Quoter is responsible for providing a completed copy of the List of References (Attachment E) to the Contracting Officer. The completed list of references shall be included in Volume C of the Quoter s proposal submission. Pricing (VOLUME D) The following information shall be included in Volume D: Proposed pricing shall be submitted on the Price/Cost Schedule of Services (Attachment C). One (1) copy of Price Offer/Quote for all items in the schedule this should be a separate document in .pdf format**. Pricing shall be submitted in the Price/Cost Schedule of Supplies/Services CLINs format only as outlined in Attachment C. **NOTE: Attachment C is provided in MS Word format for ease of Quoter completion. Finalized proposed quote costs provided in Volume D must be in .pdf format. Evaluation Process: The Government intends to award a Firm Fixed Priced contract resulting from this solicitation to the responsible Quoter whose Quotation conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Quotations will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotations will be evaluated by performing a direct comparison of one Quotation with another in a uniform manner to determine which Quotation provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that Quotations more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced Quoter that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations/Quotations having the highest past performance rating possible represents the best benefit to the government. BASIS FOR CONTRACT AWARD In accordance with FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which vendor provides the best value to the Government in terms of the information provided in response to the non-priced factors while also providing a competitive price. Comparative Evaluations is the act of comparing two or more Quotations or proposal in response to the RFQ. Quotations will be evaluated by performing a direct comparison of one Quotation with another in a uniform manner to determine which provides the government with is needed, as identified in the RFQ. The comparison also performed to compare each Quoter to one another to determine which provides the best benefit to the government. The government reserves the right to consider a response that Quotations more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced Quoter that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations/Quotations having the highest past performance rating possible represents the best benefit to the government. Moreover, the Government is not assigning weight to the factors or listing them in any order of importance. A comparative evaluation of Quotations will be conducted using the following segments of the contractors quotation: (1) Price, (2) Past Performance, (3) Socio-economic status, and (4) Quality Control Plan. The Government will evaluate for the following: Price - The Government is evaluating unit pricing and the total overall price to determine price fair and reasonableness. The evaluation will also consider the possibility that FAR 52.217-8 Option to Extend Services can be exercised at any time and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. Past Performance - The Government is evaluating the Contractor s past performance to determine is previous experience if both recent and relevant to the needs of the Government as stated in the Performance Work Statement. The Past Performance evaluation will be based on the Contractor having successfully completed verifiable past performance that is similar in scope and nature to that identified in the Performance Work Statement. Past Performance will be deemed acceptable if it is determined that that there is substantial confidence the Contractor can perform the effort based on the submitted past performance documentation. The Quoter is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: tene.becknell@va.gov no later than the solicitation s closing date and time. The references chosen by the Quotation should be selected based on past projects of the same or similar work. Socio-economic status - The evaluation of Quotations received in response to the solicitation will use proof of current Service-Disabled Veteran Owned Small Business (SDVOSB) Status verification in CVE/Veterans Information Pages (VIP) databases. Technical Acceptability/ Quality Control Plan Demonstrated experience performing this requirement Demonstrated qualifications to perform services Use of Sub-Contractors Quality Control Plan - The Government is evaluating whether the Contractor understands the requirement and has the quality measures in place to insure compliance with the Performance Work Statement and Quality Assurance Surveillance Plan (if applicable) throughout the entire performance period of the contract. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Quoters Commercial Items (Oct 2018) FAR 52.212-2 Evaluation Commercial Items VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors (Oct 2019) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) Quoters must complete annual representations and certifications on-line at www.sam.gov in accordance with FAR 52.212-3 Quoters Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018): FAR 52.216-27 Single or Multiple Awards (Oct 1995) FAR 52.217-8 Option to Extend Services (Nov 1999) (30 days) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (30 days) (shall not exceed 5 years and 6 months) FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance (Jul 2018) VAAR 852.219-76 Subcontracting Plans Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9). End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/31f00ebddff64c72816207eaf66bb8aa/view)
 
Place of Performance
Address: Puerto Rico National Cemetery 50 Avenida Cementerio Nacional Bayamón, Puerto Rico 00961 00961, USA
Zip Code: 00961
Country: USA
 
Record
SN05836916-F 20201025/201023230147 (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.