Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

J -- PM on Generators

Notice Date
6/1/2022 7:01:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122Q0502
 
Response Due
6/8/2022 7:00:00 AM
 
Archive Date
07/08/2022
 
Point of Contact
Krisanne Dernago, Contract Specialist, Phone: 802-296-6315
 
E-Mail Address
Krisanne.Dernago@va.gov
(Krisanne.Dernago@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis Solicitation VA Medical Center, 200 Springs Road, Bedford MA. Annual Preventative Maintenance on Generators (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24122Q0502 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. (iv) This requirement is being issued as Small Business Set Aside. The associated NAICS code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and small business size standard is $8.0 million. (v) The Government intends to award a firm-fixed price award for Annual Preventative Maintenance on Generators for the Bedford, MA VAMC. Please see the attached Statement of Work(s) for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to perform Services per the attached Statement of Work. Please see the attached SOW(s) for full requirement details. (vii) The Place of Performance as outlined in the SOW(s) is: Department of Veterans Affairs VA Medical Center 200 Springs Road Bedford, MA (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addendums to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Walk Through: Not Mandator, per request if needed. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to: Krisanne.Dernago@va.gov (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is June 8, 2022, 10:00AM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): a. Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. b. Ensure your representations and certifications are complete in the System for Award Management (SAM)(https://www.beta.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: a. Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Performance Work Statement. c. Contractor shall submit any applicable certification for the State of Massachusetts. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013). 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.232-72 Electronic Submission of Payment Requests 852.273-70 Late Offers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) Not included in this requirement (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.204-14, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52-222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41, Wage Determination 2015-4047, 52.222-42, 52.222-55, 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. COVID-19 Precautions: Covid-19 precautions can potentially change at any time; Contractors shall be required to follow all current Federal, State and Local VA COVID-19 regulations. See internal VA POC for precaution updates prior to arrival on station. Contractors shall wear PPE (mask) covering their mouth and nose while on VA property, this includes outside areas and parking lots. The mask shall be work throughout the entire period of service. COMPLIANCE: All services provided must be compliant with the most current applicable Federal, State and Local Standards, Laws and Regulations. In any event where the awarded Contractor creates a scenario where the Contracting Agency is found to be out of compliance with any Federal, State and Local Standards, Laws and Regulations (Department of Health, Labor & Industry, etc), the awarded Contractor will be liable and responsible for any damages (Administrative, Operational, Monetary) suffered by the Government. All non-compliance issues shall be addressed and resolved by the awarded Contractor within (48) forty-eight hours of notification. (xv) RFQ responses are due May 25, 2022 10:00 AM EST. RFQ responses must be submitted via email to: Krisanne.Dernago@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Krisanne Dernago See attached document: Statement of Work(s) See attached document: Wage Determination 2015-4047 Revision 19 See attached: Solicitation/Request for Quotations See attached: Limitations on Subcontracting
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c018645bf7fd46b7898c267f34e8d4a5/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Medical Center - Bedford 200 Springs Road, Bedford 01730
Zip Code: 01730
 
Record
SN06343826-F 20220603/220601230104 (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.