Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
SOLICITATION NOTICE

H -- FY22: Elevator Test and Inspection BPVAMC

Notice Date
8/18/2022 10:03:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333921 — Elevator and Moving Stairway Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24822Q1661
 
Response Due
8/30/2022 10:00:00 AM
 
Archive Date
09/13/2022
 
Point of Contact
John C Hamilton, Contract Specialist, Phone: 727-398-6661 x 13316
 
E-Mail Address
John.Hamilton2@va.gov
(John.Hamilton2@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Request for Quotes: 36C24822Q1661 General Information Document Type: Request for Quotes RFQ Number: 36C24822Q1661 Posted Date: August 18, 2022 Response Date: August 30, 2022 @ 1 PM EST Classification Code: H999 Set Aside: Small Business NAICS Code: 333921 Contracting Office Address NCO 8 ATTN: John Hamilton 10000 Bay Pines Blvd, Bldg. 2 RM 329 Bay Pines, FL 33744 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on 36C24822Q1661. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07 effective August 10, 2022. This request for quote is issued August 18, 2022 and will end on August 30, 2022 at 1:00 PM EST and is Set-Aside for 100% Small Business The Network Contracting Office 8-RPO East intends to award a firm fixed priced contract to the contractor providing all resources necessary to accomplish the deliverables described in this Performance Work Statement except as may otherwise be specified. All the work will be in accordance with the Performance Work Statement: This procurement is being conducted under Subpart 13.5 Simplified Procedures for Certain Commercial items. The intent is to award a firm fixed price contract. This procurement is a 100% Small Business set-aside and all eligible offerors are encouraged to submit quotes. To be considered for award prospective offerors must be a verified Small Business concern and SDVOSB and VOSB must be in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages https://www.vip.vetbiz.gov/ at the date and time set for receipt of offers. An Offeror who is not a verified SDVOSB concern at the date and time set for receipt of offers will be considered Small Business to be considered for award. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract registered in the record must be complete and not missing elements such as representations and certifications. Contractors interested in providing these services should submit their quotes via email to john.hamilton2@va.gov. All questions regarding this RFQ must be in writing and may be sent by email to john.hamilton2@va.gov Questions must be received no later than Tuesday, August 23, 2022 at 1:00 P.M. No further questions will be accepted after this date and time. ANSWERS TO VENDOR QUESTIONS: Answers to vendor question will be posted on Contract Opportunities no later than Wednesday, August 24, 2022 by 4:30 P.M. EST. You are reminded that representatives from your company SHALL NOT contact any Bay Pines VA Healthcare System personnel to discuss this RFQ during the RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. Quotes are due by 1:00 PM Eastern Standard Time on August 30, 2022. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to john.hamilton2@va.gov. Information to be submitted. Put the following information on the first page of your quote: RFQ Number CONTRACTOR ________________________________________ (Contractor s Name) Address ________________________________________(Street) ________________________________________ (City-State-Zip) Point of Contact ________________________________________  (Name/Title) Phone No. ________________________________________ E-mail ________________________________________ UEI Number ________________________________________ Your payment address; Beginning on the second page of your quote, provide the following information in the following order: All quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Complete the Certification Regarding Responsibility Matters starting on page 49 of the RFQ and submit it with the quote. Complete and provide the Offeror Representations and Certifications, per 52.212-3, starting on page 18 of this document. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE Add rows as needed. The above amendment section must be filled-out in the event that an Amendment(s) is sent to the offeror or posted to www.fbo.gov and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the offer. Offerors shall complete the pricing schedule on page: 4 of this RFQ. Only one quote shall be submitted by an offeror. Technical Requirements that the Contractor Shall Provide: The Government intends to award a contract resulting from this RFQ using a comparative analysis offeror that is deemed responsible. Quotes shall be evaluated for acceptability or unacceptability. Award will be made to the lowest priced quote meeting the acceptability standards for the non-cost factors. Proposals shall be initially screened for the content listed below. Quotes shall be initially evaluated either acceptable or unacceptable based on whether the specified sections are actually included in the Quotes. Quotes must have the following items; those that do not shall receive a unacceptable and will be considered non-responsive. To be considered for this award the Contractor must provide the following: Technical Proposal: The technical quote will be used to make an evaluation and arrive at a determination as to whether the quote will meet the requirement of the Government. Technical Information: Offerors shall submit and provide documentation showing experience within the last (3) years of similar work (size and magnitude) at other Veterans Affairs Medical Centers and Hospitals or Medical Facility. Offeror shall submit qualifications of any subcontractors that will be used on this job. Offeror shall submit resumes of key personnel used to complete this job. Offeror shall submit their technical approach for completing the scope of work including their method for survey, report writing capabilities, progress reviews, and quality assurance/quality control plan for ensuring a high-quality product delivery. Price The Government will utilize a comparison of quoted prices amongst the technically qualified sources. Per FAR 13.106-2 -- Evaluation of Quotations or Offers: The Government intends to award a contract as a result of this Request for Quote to the responsible offeror whose offer conforms to the RFQ requirements using the Comparative Analysis evaluation procedure. Quotes shall be evaluated for acceptability only and shall not be rated. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. Contractors shall provide a minimum quote acceptance period of 90 days after RFQ closing for offers Award and documentation will be in accordance with FAR Part 13.106-3. INSTRUCTIONS TO QUOTERS: Submitting your quote. Submit your company s quote in writing and on paper to the address specified on page 1 of this Request For Quotes (RFQ) or via e-mail utilizing either PDF or Microsoft Word formats (5 Megabyte File Size Limitation). You may not submit more than one quote. If a concern submits more than one quote all quotes will be rejected from that concern. Quotes received that do not contain all of the following information being requested will be considered unacceptable. Submission deadline. We must receive your quote at the address specified by the deadline specified on page one. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order and considering it will not delay our purchase. In case of an emergency that delays our operations and makes submission or receipt of your quote impossible, we will extend the deadline by one working day. Terms and content of your quote. Your quote must be based on the terms of this RFQ. We may reject any quote that is not based on these terms in every respect. Your quote must contain all of the information described below. Information to be submitted. Put the following information on the first page of your quote: 1. RFQ Number 2. CONTRACTOR ________________________________________ (Contractor s Name) 3. ADDRESS ________________________________________(Street) 4. ________________________________________ (City-State-Zip) 5. POINT OF CONTACT ________________________________________ (Name/Title) 6. PHONE NO. ________________________________________ 7. E-MAIL ________________________________________ 8. UEI NUMBER ________________________________________ 9. Your payment address; Beginning on the second page of your quote, provide the following information in the following order: 1. All quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" 2. Complete and provide the Offeror Representations and Certifications, per 52.212-3, starting on page 23 of this document. Complete and provide the Offeror Representations and Certifications, per 52.212-3, starting on page 23 of this document. *The offeror shall complete only paragraph (b) of this provision on page 23 if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. 3. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the synopsis solicitation numbered and dated as follows: AMENDMENT NO DATE Add rows as needed. The above amendment section must be filled-out in the event that an Amendment(s) is sent to the offeror or posted to www.fbo.gov and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the quote. 4. Offerors shall complete the entire pricing schedule within Attachment A. Submitting an incomplete attachment A as part of the quote will be found to be unacceptable. 5. Only one quote shall be submitted by an offeror. 6. Technical Requirements that the Contractor Shall Provide: The Government intends to award a contract resulting from this RFQ to the Best Value to The Government based on the Award Criteria acceptable offeror that is deemed responsible. Quotes shall be evaluated for acceptability or unacceptability. Award will be made to the lowest priced quote meeting the acceptability standards for the non-cost factors. Quotes shall be initially screened for the content listed below. Quotes shall be initially evaluated either acceptable or unacceptable based on whether the specified sections are actually included in the quotes. Quotes must have the following items; those that do not shall receive an unacceptable and will be considered non-responsive. To be considered for this award the Contractor must provide the following: 1. Quotes shall include a completed Price Schedule found in Attachment A. 2. Technical: The technical portion of the quote will be used to make an evaluation and arrive at a determination as to whether the quote will meet the requirements established by the Government in the Performance Work Statement (PWS). Past performance is considered part of the technical portion of the quote. a. Technical Information Offerors shall provide a 3rd party inspection plan to the government that clearly demonstrates the contractor understands and has the ability to successfully execute the requirements on the equipment identified in Attachment A. An acceptable response will be one that clearly demonstrates that contractor understands and has the ability to successfully execute the requirements for 3rd Party Inspection services on the equipment within the PWS. An unacceptable response will be one that does not demonstrate that contractor understands and has the ability to successfully execute the requirements for 3rd Party Inspection services on the equipment within the PWS. A response that is a merely a cut and paste from the governments PWS will be determined as unacceptable. b. Offerors shall attest in their quote response to the Government that they will be providing qualified elevator inspector(s) (QEI(s)) for these services and presently has the capability to meet the delivery requirements of the PWS. Past Performance (Past Performance is Part of Technical) 1. Contractors shall be regularly established in the business of providing the services identified in the Performance Work Statement; who have experience with commercial contracts of similar size or larger; with conditions and scope as required for this contract. 2. The Offeror s present and past work record will be used to assess the Government s confidence in the Offeror s probability of successful performance. The Government will evaluate the Offeror s reputation for a record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the Offeror s business-like concern for the interest of the customer. 3. In investigating relevant past performance, the Government considers information in the offeror s proposal and information obtained from other sources. Other sources may include past & present customers & their employees, other Government agencies including state and local, consumer protection agencies pre-award surveys, and better business bureaus & others who may have useful information, including the Government s Contractor Performance Assessment Reporting System (CPARS) & Past Performance Information Retrieval System (PPIRS). 4. The following information from up to three references for the same or similar work for each contract/or agreement is requested: Contract Number: Customer Name/Corporate Name: Number of Vertical Transport Systems Serviced Under Contract: Number of Locations Serviced Under Contract: Start Date of Services: End Date of Services: Reference s Name and Phone Number: Past performance will be evaluated on an acceptable or unacceptable basis. Offerors without a record of relevant past performance or for whom information on past performance is not available, will not be evaluated as neither favorable nor unfavorable, and, as a result, will receive a Neutral/Unknown Confidence rating for past performance. 3. Price: The Government will utilize a comparison of quoted prices amongst the technically qualified sources. Per FAR 13.106-2 -- Evaluation of Quotations or Offers: The Government intends to award a contract as a result of this Request for Quote to the responsible offeror whose offer conforms to the RFQ requirements using the Comparative Analysis acceptable evaluation procedure. Quotes shall be evaluated for acceptability only and shall not be rated. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. Vendors shall provide a minimum quote acceptance period of 90 days after RFQ closing for offers Award and documentation will be in accordance with FAR Part 13.106-3.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b46ca0217d9f4f20b19752a6e451faf8/view)
 
Place of Performance
Address: Bay Pines VA Healthcare System C. W. Bill Young VA Medical Center Bldg. 100 10000 Bay Pines Blvd, Bay Pines, FL 33744, USA
Zip Code: 33744
Country: USA
 
Record
SN06432218-F 20220820/220818230121 (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.