SOLICITATION NOTICE
J -- 3 Bath Year Electrical Testing (VA-22-00080720)
- Notice Date
- 8/11/2022 9:51:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222Q1084
- Response Due
- 8/31/2022 9:00:00 AM
- Archive Date
- 11/29/2022
- Point of Contact
- Michael.Spivack@va.gov, Spivack, Michael, Phone: (716)862-8890
- E-Mail Address
-
MICHAEL.SPIVACK@va.gov
(MICHAEL.SPIVACK@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Page 6 of 8 COMBINED SYNOPSIS/SOLICITATION 3-YEAR ELECTRICAL TESTING AND INSPECTION OF ELECTRICAL DISTRIBUTION SYSTEM AT THE BATH VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through email on RFQ reference number 36C24222Q1084. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 (eff. 05/01/2022). (iv) This procurement is being issued as a small business set-aside solicitation. The North American Industry Classification System (NAICS) code is 238210, Electrical Contractors and Other Wiring Installation Contractors, with a small business size standard of $16.5 Million. (v) The Contractor shall provide pricing to 3-year electrical testing and inspection of electrical distribution system at the Bath VA Medical Center. See table below for instrumentation and time frame of option periods: ANNUAL TOTAL PRICING Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 1. 3-YEAR INSPECTION AND TESTING OF THE BATH VAMC ELECTRICAL DISTRIBUTION SYSTEM 1 JB 2. Hourly rate for additional work (reference only) 1 HR N/A 3. Overtime hourly rate for additional work (reference only) 1 HR N/A 4. Double time hourly rate for additional work (reference only) 1 HR N/A TOTAL PRICE (vi) Description of requirement - Scope of Work (SOW) See attached document (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination Bath VA Medical Center 76 Veterans Avenue Bath, NY 14810 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the responsible offeror whose quotation offers the lowest price technically acceptable, conforming to the solicitation considering technical capability, past performance and price. The Government shall evaluate based on the following evaluation factors: Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined based on the qualifications of the offeror s capability statement. Interested parties must provide a capabilities statement, of length no greater than 5 pages, reflective of the company s ability to meet this requirement. The contractor shall also include the following documents with their quote: The Offeror shall provide documentation that employees are certified by the InterNational Electrical Testing Association (NETA), or that possess equivalent credentials. If you are presenting equivalent credentials, please provide documentation showing that the credentials provided are equivalent to the required NETA certifications. The Offeror shall provide documentation that employees have completed the OSHA approved 10 hour construction safety training course and electrical safety training outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. A completed copy of 852.219-78 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (see attachments). Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for, the contracting officer to properly evaluate price reasonableness. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Mandatory walkthrough of the Bath VA Medical Center is scheduled for Friday, August 19th, 2022 at 9am. Contractors shall email the Contracting Officer (Michael.Spivack@va.gov) no later than 12pm EST on Thursday, August 18th, 2022 with their intention to attend at which time the meeting location shall be provided. Contractors that do not attend the walkthrough shall be excluded from the competition. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 852.219-74 Limitations 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) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission of payment requests (NOV 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.242-71 Administrative Contracting Officer (OCT 2020) CL-120 Supplemental Insurance Requirements 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT2 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) The following clauses apply to requested repairs that meet the requirements stated in section A.3.4 B) in regard to the applicability of the Davis Bacon Act. 52.222-6 Construction Wage Rate Requirements (AUG 2018) 52.222-7 Withholding of Funds (MAY 2014) 52.222-8 Payrolls and Basic Records (JUL 2021) 52.222-9 Apprentices and Trainees (JUL 2005) 52.222-10 Compliance with Copeland Act Requirements (FEB 1988) 52.222-11 Subcontracts (Labor Standards) (MAY 2014) 52.222-12 Contract Termination-Debarment (MAY 2014) 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations (MAY 2014) 52.222-14 Disputes Concerning Labor Standards (FEB 1988) 52.222-15 Certification of Eligibility (MAY 2014) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-14 Limitations on Subcontracting (SEP 2021) 52.219-28 Post Award Small Business Program Re-representation (SEP 2021) 52.222-3 Convict Labor ( JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.232-18 Encouraging Contract Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. The Davis Bacon Act may apply to certain repairs requested under this purchase order. See attached Wage Determinations. (xiv) N/A (xv) This is as an unrestricted Combined synopsis/solicitation for the Semi-Annual Boiler Calibration & Combustion Reset at the Canandaigua VA Medical Center. The Government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:"" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received NO LATER THAN 12:00 PM EDT, Thursday, September 1st, 2022. The Government shall only accept electronic submissions via email, please send all quotations to Michael.Spivack@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Request for information (RFI) will not be accepted after August 26th, 2022 @ 12:00 pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Michael Spivack, Contracting Specialist; Michael.Spivack@va.gov . Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 8 of 8 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of DESCRIPTION See attached document: Canandaigua VA - 2022 EM One-lines - BW. See attached document: Canandaigua VA - 2022 Normal One-lines - BW. See attached document: Equipment Inventory Electrical Distribution Testing. See attached document: Canandaigua - 2022 Campus One-line Overview. See attached document: MAIN BREAKERS PER BUILDING. See attached document: Canandaigua VA - 2022 EM One-lines - Color. See attached document: Canandaigua VA - 2022 Normal One-lines - Color. See attached document: WD Ontario. See attached document: WD DBA Ontario.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6337017fcbea4eb5b387250c8618ae60/view)
- Place of Performance
- Address: Bath VA Medical Center 76 Veterans Avenue, Bath, NY 14810, USA
- Zip Code: 14810
- Country: USA
- Zip Code: 14810
- Record
- SN06423008-F 20220813/220811230120 (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 |