Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2022 SAM #7344
SOLICITATION NOTICE

J -- Chiller By-Pass Piping

Notice Date
1/7/2022 8:09:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24622Q0235
 
Response Due
1/26/2022 10:00:00 AM
 
Archive Date
02/25/2022
 
Point of Contact
JAMIE.SULLIVAN4@VA.GOV, JAMIE SULLIVAN, Phone: (757) 251-4141
 
E-Mail Address
Jamie.Sullivan4@va.gov
(Jamie.Sullivan4@va.gov)
 
Small Business Set-Aside
VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. Written documentation will not be issued for this quote. The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-07. It is the contractor s responsibility to be familiar with applicable clauses and provisions. This requirement is a 100% veteran-owned small business set-aside. VOSB status must be verifiable in VetBiz (VIP). The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $16.5 million. Quotes shall be addressed to Jamie Sullivan, Contracting Officer, via email at Jamie.sullivan4@va.gov. No phone calls will be accepted. All quotes are due by 1:00 PM EST on Wednesday, January 26, 2022. A site visit will be conducted on Wednesday, January 19, 2022 at 10:00 a.m. EST. Address: Hunter Holmes McGuire VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA 23249. Participants will meet outside of the Utility Plant (Building 501) at 10:00 a.m. EST. If directions are required, you can obtain them by calling 804-675-5848. Allow adequate time for COVID-19 screening upon arrival to the campus. The VHA NCO 06 - Contracting Office requires the following service: PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB Installation of Chiller By-Pass Piping Addition in accordance with the Scope of Work. (See attached Scope of Work). GRAND TOTAL Performance Period: Completion within 30 days of award. Place of Performance: Hunter Holmes McGuire VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA 23249; Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and quality control. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. (See attached Instructions to Offerors). The Government will award a firm fixed-priced contract to the responsible offeror whose quote best represents the best benefit to the Government at a price that can be determined fair and reasonable. The Government intends to make an award based on the initial quotations. (See attached Basis for Award). Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) Provisions and Clauses The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) CLAUSES 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2017) Addendum to FAR 52.212-4 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.219-11 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020) 852.219-74 Limitation on Subcontracting - Monitoring and Compliance (JUL 2018) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (SEP 2021) (DEVIATION) 852.242-71 Administrative Contracting Officer (OCT 2020) (End of Addendum to 52.212-4) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2021) PROVISIONS 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017) 1. See Attachment Instructions to Offerors Addendum to FAR 52.212-1- 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 852.273-72 Alternative Evaluation (JAN 2003) (End of Addendum to 52.212-1) 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2021) INSTRUCTIONS TO OFFERORS 1. SUBMISSION OF QUOTES: The offeror shall submit the following in response to this Request for quote (RFQ): Complete and return FAR Clause 852.219-77, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. (b) Price/Cost Schedule Quotes will be accepted only by the Contracting Officer, Jamie Sullivan, at Jamie.Sullivan4@va.gov. All quotes are due by 01/26/2022 1:00 PM EST. The subject of the email shall include the solicitation number. NOTE: To be considered as timely the quote must be emailed in its entirety prior to the deadline. Failure to provide a quote in its entirety prior to the deadline will render the quote noncompliant. Amendments: Amendments to this solicitation will be posted to Contract Opportunities. By registering to receive notifications on sam.gov, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer not being considered. 2. QUOTE ORGANIZATION: Please separate quotations by volume consisting of the following: Volume I Technical Capability Volume II Past Performance Volume III Price No pricing information shall be included in Volume I Technical Capability or Volume II Past Performance. Please name each Volume by the following: Volume Number, Volume Title, Solicitation Number, and Offeror Name Page Limitations: Volume I Technical Capability Sub Factor 1 Professional Qualifications Offeror must provide an organizational block identifying key on-site personnel with a description of their work experience relating to projects similar in scope to those expected under this contract. Additionally, the Offeror must provide a narrative describing the organization s performance history of similar scope and sized projects. Sub Factor 2- Schedule Offeror must provide a proposed schedule not to exceed 30 calendar days. Prepare and submit a practicable schedule laying out all necessary performance elements needed to complete this project identified in the solicitation in the proposed period of performance. Quoter should only include the work elements necessary to complete the required work. It is the quoters responsibility to identify all necessary project/work elements and the quote adequately identifies acceptable elements. Sub Factor 3 Experience Offerors must provide a minimum of three (3) and a maximum of five (5) examples of their choice of completed projects or in progress of similar contracts in size and scope. Volume II - Past Performance Submit a minimum of three (3) and a maximum of five (5) references of their choice of completed projects, similar in size and scope. Reference company name, POC s address, contact information to include phone number and email address, project description, dollar value, and period of performance. Volume III Price Offeror shall submit the following: All Contract Line Items in the Cost/Price Schedule must include a price, to include offerors cost breakdown. BASIS FOR AWARD The Government will select the quote that best represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Technical Capability, Past Performance, and Price. Following the receipt of quotes, the Government will perform a comparative evaluation of the products/services quoted. The Government will compare the quotes to one another and select the product/services that best benefits the Government for fulfilling this requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. The Government will evaluate offers based on the procedures authorized in FAR Part 13.106-2 using the evaluation criteria: Volume I Technical Capability The evaluation process will consider whether the quote demonstrates a clear understanding of the technical features involved in meeting the requirements of the solicitation. Sub Factor 1 Professional Qualifications Offeror must provide an organizational block identifying key on-site personnel with a description of their work experience relating to projects similar in scope to those expected under this contract. Additionally, the Offeror must provide a narrative describing the organization s performance history of similar scope and sized projects. Sub Factor 2- Schedule Offeror must provide a proposed schedule not to exceed 30 calendar days. Prepare and submit a practicable schedule laying out all necessary performance elements needed to complete this project identified in the solicitation in the proposed period of performance. Quoter should only include the work elements necessary to complete the required work. It is the quoters responsibility to identify all necessary project/work elements and the quote adequately identifies acceptable elements. Sub Factor 3 Experience Quoters must provide a minimum of three (3) and a maximum of five (5) examples of their choice of completed projects or in progress of similar contracts in size and scope. Volume II Past Performance Past Performance information will be utilized to determine the quality of the contractor s past performance as it relates to the probability of success of the required effort. the Government will evaluate customer satisfaction, responsiveness to customer needs, and past demonstration of meeting performance schedules and the delivery of quality services. Emphasis will be on recent, relevant past performance in the previous 3 years. Recent is defined as work performed within the last 3 years. Relevant is defined as work similar in size and scope of the work described in the Scope of Work (SOW). Past performance information is one indicator of an offeror s ability to perform the contract successfully. Current and relevant information, source of information, context of data, and general trends in the Contractor s performance shall be considered as it pertains to the performance of work described in this solicitation. Quoter may provide information on problems encountered on identified contracts and the quoter s corrective action. The Government shall consider this information as well as information obtained from any other sources when evaluating the quoter s past performance. Since the Government may not necessarily interview all of the sources provided by quoters, it is incumbent upon the offeror to explain the relevance of the data provided. Quoters are reminded that the Government may elect to consider data obtained from other sources. Volume III Price The Government will evaluate offers by adding all line item prices the total of all CLINS will be that sum. The Government will evaluate the price to determine whether or not it is considered fair and reasonable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a4187d43cc24863848cde2b329b6689/view)
 
Place of Performance
Address: Hunter Holmes McGuire VA Medical Center 1201 Broad Rock Blvd, Richmond, VA 23249, USA
Zip Code: 23249
Country: USA
 
Record
SN06211880-F 20220109/220110105805 (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.