Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2021 SAM #7189
SOLICITATION NOTICE

H -- 5 Year Arc Flash Survey

Notice Date
8/5/2021 6:41:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25021Q0996
 
Response Due
8/12/2021 1:00:00 PM
 
Archive Date
10/11/2021
 
Point of Contact
Mary Jane Crim, Contracting Officer, Phone: 937-268-6511
 
E-Mail Address
maryjane.crim@va.gov
(maryjane.crim@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
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 2021-06. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business size standard of $16.5 Million. The FSC/PSC is H959. The Dayton VA Medical Center is seeking to purchase services for a five year arc flash review to include short circuit, protective device coordination, and arc flash study. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Five Year Arc Flash Survey 1 JB STATEMENT OF WORK General Provide complete services for work at the Dayton VA Medical Center. Veterans Affairs Medical Center, located at 4100 West Third Street, Dayton, OH 45428. The intent of this project is to provide a comprehensive 5-year risk assessment of DVAMC s arc flash program in accordance with NEC, IEEE and NFPA. Contractor shall perform this review to meet the requirements outlined in section 2. Scope. Scope The contractor shall perform a review of the Overall Power System and verify all equipment data as required to support a complete study and analysis. Generalized assumptions are not permitted to be utilized for calculations. Contractor shall perform calculations per IEEE Std. 1584-2018 in accordance with NFPA 70E. Contractor shall review and update the existing 2016 Arc Flash Risk Assessment (titled Short Circuit, Protective Device Coordination, and Arc Flash Study) to meet most current NEC, IEEE and NFPA requirements. The Arc Flash Risk Assessment shall encompass the entire DVAMC campus. In addition to the individual facility single-line diagrams, the contractor shall provide a comprehensive installation-wide, color-coded single line diagram, both in hard copy and electronic format. The contractor shall develop a schedule to accomplish the work identified. The schedule shall be developed to minimize government oversight during the execution of the review. On-site government personnel will be available periodically to provide guidance, but continuous escort will not be available. Perform a short circuit study on the existing electrical distribution system in order to determine the available fault current at pertinent locations. Analysis will begin at the incoming utility service, continue through the medium voltage substations, and end at the downstream distribution and branch panel boards and motor control centers, down to the last disconnect. The project shall include the generators and all associated emergency power distribution equipment, including automatic transfer switches and generator ground fault protection. Evaluate the short circuit rating of protective devices and other associated electrical distribution equipment. Use actual conductor impedances if known. If unknown, use typical conductor impedances based on IEEE Standard 141-1993. Transformer design impedances shall be used when test impedances are not available. Provide the following: Calculation methods and assumptions; Selected base per unit quantities; One-line diagram of the system being evaluated; Source impedance data, including electric utility system and motor fault contribution characteristics; Tabulations of calculated quantities; Results, conclusions, and recommendations. Develop time-current coordination plots to derive coordination settings for medium voltage protective devices. Determine the percent voltage drops on all buses and feeders of the power system and provide a tabular evaluation of the calculated voltage drops as compared to the allowable limits set by NEC. Provide voltage drop calculations for all three-phase branch and feeder circuits. Show calculated voltages at each bus and voltage drops on each feeder. Calculations shall be based on the maximum values of kVA, kW, kvar, power factor and amperes for each power circuit. For branch circuit level, use 80% of nameplate rating. For incoming service and distribution level, use 50% of the nameplate rating or actual maximum peak demand load collected in the field if it is available. Provide tabular information showing the sizes of all cables, transformers and other circuit data. Provide a system one-line diagram which clearly identifies individual equipment busses, bus numbers, cable and bus connections and other circuit information. Perform an Arc Flash Hazard Analysis per NFPA 70E on the electrical distribution system as described in paragraph 2.2.1. above. Review electrical one-line diagrams and identify updates based upon applicable projects and other related electrical work. One line diagrams shall detail all equipment in which a label is being provided. This includes all switchgear, switchboards, panelboards, motor control centers, machine control panels, bus ducts and bus plugs as required by the scope of work above. The supplied One-line diagrams shall be provided in hard copy format and in AutoCAD format. Review existing arc flash boundary and identify updates. Review design of overcurrent protective device(s) and respective opening time, to include condition of maintenance. Report any deficiencies. Perform arc flash analysis in accordance with IEEE Std 1584-2018. For each bus analyzed, determine the following: Flash Hazard Protection Boundary, Incident Energy Level, Required Personal Protective Equipment Category, Type of Fire Rated Clothing, Limited Approach Boundary, Restricted Approach Boundary, Prohibited Approach Boundary, and any other required information per NFPA. Present the data from the arc flash analysis in tabular format, and submit the preparation of arc flash warning labels for each piece of electrical equipment, showing the date of issue for each. The contractor shall provide a thermal transfer type label of high adhesion polyester for each work location analyzed. All labels will be based on recommended overcurrent device settings and will be provided after the results of the analysis have been presented to the VA. The label shall include the following information, at a minimum: Location designation; Nominal voltage; Identify panel or transformer feeding the labeled equipment; Flash protection boundary; Include necessary PPE as required by incident energy; appropriate color differentiation based on Calcm2 rating; Hazard risk category; Working distance; Shock Protection Boundaries Per 2021 NFPA 70E; Engineering report number, revision number and issue date. Labels shall be machine printed, with no field markings. Contractor shall provide and install Arc flash labels in the following manner: For each 600, 480 and applicable 208 volt panelboard, one arc flash label per panelboard section. For each motor control center, one arc flash label per section. For each low voltage switchboard, one arc flash label per section. For each switch gear, one flash label per section. For medium voltage switches one arc flash label per section. For each machine control panel, one arc flash label per section. For each horizontal bus duct, one hanging arc flash label 8.5""x 5.5"" every 30'. For each vertical bus duct, one arc flash label 4""x4"". All labels shall be field installed by the contractor performing the engineering analysis. Equipment to be labeled shall include all panels and transformers, down to the last disconnect. Remove existing labels. Provide specific recommendations for improving the electrical distribution system performance and correcting any deficiencies discovered. Inspect electrical equipment over the course of data collection and assign an equipment condition to each item. For all electrical equipment, determine if adequate code clearances exist. Note cases by site, building and specific equipment that do not include adequate code clearances and provide a cost estimate to resolve the problems. Provide information in table format. Determine if ground fault protection exists where required by NFPA 70 Articles 215 and 517. Note all cases where this condition exists and provide cost estimates to correct. Provide information in table format. For all automatic transfer switches, determine if the correct 3-pole or 4-pole switches are used. Where ground fault protection is used on the normal feed to the switch, determine if the switch is correctly wired. Note all cases where this condition exists and provide cost estimates to correct. Provide information in table format. Note any use of cable limiters and provide recommendations to avoid any single phasing conditions. Note all cases where this condition exists and provide cost estimates to correct. Provide information in table format. On the medium voltage switchgear, where under voltage relays are used, determine whether all 3 phases are monitored or only 2 phases are monitored. For those locations where only 2 phases are monitored, provide a cost estimate for providing adequate protection for all 3 phases. Analyze the short circuit calculations, and highlight any equipment that is determined to be underrated. Provide recommendations to effectively protect the underrated equipment. After developing the coordination curves, highlight areas lacking coordination. Present a technical evaluation with a discussion of the logical compromises for best coordination. 2.2.7.8. Contractor shall implement the approved breaker settings. 2.3 The Contractor shall meet with Electrical Supervisor and other pertinent personnel to review data and improve understanding of any ongoing activities that address potential areas of concern associated with the review. The Contractor shall use this information to facilitate the review. 2.4 Option 1- Arc Flash Training: The Contractor shall train the VA s qualified electrical personnel of the potential arc flash hazards associated with working on energized equipment (minimum of 8 hours, 2 separate sessions), on site. The training shall be certified for continuing education units (CEUs) by the International Association for Continuing Education Training (IACET) or equivalent. Option 2: Price items under Paragraph 2.5, inclusive of subparagraphs, separately. One total price for Paragraph 2.5 is acceptable. 2.5.1Assess the equipment condition using grading method in term of A - F. Equipment to be assessed shall include all panels, transformers and equipment rated at 60 Amps or higher. Grade A Excellent Condition. Majority of useful life span remains. Grade B Good Condition. Over half of useful life span remains. Grade C Average Condition. Less than half of useful life span remains. Grade D Poor Condition. Past assigned useful life. Failure is not imminent. Grade F Critical Condition. Needs immediate attention. Review existing safety-related work practices and identify updates. Review existing PPE usage and identify updates. Provide a narrative describing the existing emergency power systems and provide: Description of each emergency generator, Physical location, Size (kW and amp capacity), Voltage, Configuration (phase, wire), Circuit number, Age, Overall condition If existing Emergency Power System, including generators, is not adequate to meet current demands, recommendations shall be provided in the study. Additional Guidance Accuracy of Planning Information: The Contractor shall visit the project site to investigate the information shown on the Government furnished drawings, record (as-built) drawings and other planning documents which are part of this contract. This information is the best available, but the Government does not guarantee its accuracy or completeness. The Government shall provide the following: As-Built Drawings. Access to as-built drawings will be provided, but may not be 100% accurate or may not exist. Substantial deviations from actual as-built condition which affects the SOW shall be brought to the attention of the COR. Plans and One-line Diagrams Access will be provided to site plans, incoming electrical service and primary distribution system one-line diagram and basic one-line diagrams for each building. Copy of 2016 DVAMC Arc Flash Study. The information will need to be updated to current building electrical configuration. Contractor shall contact DP&L for a current Customer Fault Current Study. Contractor shall follow VA badging requirements Some buildings have been built (CLC small house, Fisher house) and removed (307, 220 and 221) since the last study. Perform this study using the SKM power tools software model and provide the complete study SKM files and software model to the VA when the work is accepted. The SKM model must consider the equipment configuration, whether the buss/conductor is horizontal or vertical. Also, the equipment s actual dimensions need to accounted for to increase the calculation accuracy. Contractor shall participate in weekly progress meetings with the COR. Quality Control 4.1  Qualifications:  The short-circuit, protective device coordination and arc flash hazard analysis studies shall be conducted under the supervision and approval of a Registered Professional Electrical Engineer skilled in performing and interpreting the power system studies.  The contractor shall be able to demonstrate performance of similar work for four projects within five years of award, each having a minimum contract value of sixty thousand dollars. QA/QC Plan: A Contractor quality assurance/quality control (QA/QC) plan is required. The Contractor shall perform all necessary quality control and design review to identify and correct all errors and omissions and shall not rely on Government review for such purposes. Any errors or discrepancies identified in the risk assessment documents by the Government shall be corrected prior to the next submittal stage. Submittals and Performance Period 5.1 Contractor shall submit a schedule of values. 5.2 Contractor shall submit daily logs while staff is on site and certified payrolls weekly. 5.3 Contractor shall submit a schedule for on site work for approval by the VA. 5.4 Contractor may have to work outside of normal business hours (7am-4:30pm M-F) to access some panels/equipment/areas to minimize disruption to patient care. More than 80% of the work can be accomplished during 7am-4:30pm M-F. The Contractor shall meet with Veteran Affairs personnel after each of the submissions to address the needs of the using service. All changes to design submissions must be approved by the COR. The Contractor shall provide submissions according to the timeline identified below. 60% Submission: Draft report describing investigation results. The Contractor shall have 98 calendar days to perform this phase. The Government shall have 14 calendar days for review. 100% Submission: Near-final report capturing all VA comments, to include all draft pre-populated labels for equipment. The Contractor shall have 42 calendar days to perform this phase. The Government shall have 14 calendar days for review. Final Submission: Completed report capturing all VA comments, to include all pre-populated labels for equipment. The Contractor shall have 7 calendar days to perform this phase. The final report shall include a multi-color single-line diagram of the electrical distribution system within the scope of the project for all buildings identified. The single-line shall include: Transformer rating, voltage ratio, impedance, and winding connection. Feeder cable phase, neutral and ground sizes, length of cable, conductor material, and conduit size and type, breakers and fuse ratings. Transformer kVA voltage ratings and winding connections, voltage at bus Switchgear, switchboards, panel boards, MCC s, fuses, circuit breakers, ATS s and switches continuous current ratings. Generator kW and voltage ratings Protective relays with appropriate device numbers and CT s and PT are with associated ratios. Detailed legend indicating device type identification and other significant details. The Contractor shall complete all work no later than 175 calendar days after receipt of award and issuance of notice to proceed (NTP). The performance period includes all times for Government review of design. Place of Performance/Place of Delivery Address: Dayton VA Medical Center 4100 West Third Street Dayton, OH Postal Code: 45428-9000 Country: UNITED STATES 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 FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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) The following addenda to 52.212-4 apply: FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70, Commercial Advertising 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) 852.232-72, Electronic Submission of Payment Requests VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUL 2021) The following subparagraphs of FAR 52.212-5 are applicable: (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) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 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: 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiation. The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or 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)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (vii) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 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) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (JUN 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. All quoters shall submit the following: Quote with pricing Narrative detailing the approach to complete all requirements in the Statement of Work Three past performance references for requirements of similar size and scope All quotes shall be sent to maryjane.crim@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Past Performance Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the service being acquired, past performance customer surveys, and Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/. Price: The Government will evaluate the price by adding the total of all line item price. The Total Evaluated Price will be that sum. 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 August 12, 2021 at 4PM EST. 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 Mary Jane Crim Contracting Officer maryjane.crim@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/33bcadec302c4164a06c74e0387842b9/view)
 
Place of Performance
Address: Department of Veterans Affairs Dayton VA Medical Center 4100 West Third St, Dayton, OH 45428-9000, USA
Zip Code: 45428-9000
Country: USA
 
Record
SN06086316-F 20210807/210805230123 (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.