Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2022 SAM #7694
SOLICITATION NOTICE

J -- NFPA 90A Compliant Fire Damper Inspection and Testing - Albany Stratton VA Medical Center

Notice Date
12/19/2022 11:23:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24223Q0163
 
Response Due
1/2/2023 7:00:00 AM
 
Archive Date
03/03/2023
 
Point of Contact
Russin, Levi, Contract Specialist, Phone: (518) 626-6757
 
E-Mail Address
Levi.Russin@va.gov
(Levi.Russin@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION NFPA 90A COMPLIANT FIRE DAMPER INSPECTION AND TESTING ALBANY STRATTON VA MEDICAL CENTER (i) 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, and FAR 13.5 Simplified Procedures for Certain 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24223Q0163. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 (eff. 10/28/2022) and VAAR Update 2008-33 (eff. 11/17/2022). (iv) This solicitation is a Total Service-Disabled Veteran-Owned Small Business set-aside open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 SECURITY SYSTEM SERVICES (except Locksmiths) and has a small business size standard of $22 Million. The FSC/PSC is J012 Maintenance, Repair, and Rebuilding of Equipment Fire Control Equipment. (v) This is a services contract to provide NFPA 90A Compliant Fire Damper Inspection and Testing Services. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination. PRICING TABLE FOR: NFPA 90A Compliant Fire Damper Inspection and Testing Services LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Period: Contractor shall provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the NFPA 90A compliant testing and inspection of the 251 dampers at Albany Stratton VAMC. 251 JB Total Base Year: Total Contract Value: (vi) The required work is as contained below in the Statement of Work. STATEMENT OF WORK NFPA 90A Compliant Fire Damper Inspection and Testing Albany Stratton VA Medical Center BACKGROUND: The Department of Veterans Affairs, Albany Stratton VA Medical Center, is seeking full testing and inspection of all 251 fire dampers at the facility in accordance with National Fire Protection Association (NFPA) 90A: Standard for the Installation of Air-Conditioning and Ventilating Systems. These units are integral to fire protection at the facility, which is necessary to protect patients, staff, and ensuring the facility maintains its functionality and service to Veterans. SCOPE OF WORK: The contractor must provide all labor, tools, equipment, travel, parts, owner provided drawings, and services necessary to accomplish the NFPA 90A compliant testing and inspection of the 251 fire dampers. All testing and inspection must be completed in accordance with NFPA 90A standards, procedures, and methods, in addition to Original Equipment Manufacturer (OEM) specifications. The fire dampers must also be tested for closure in accordance with UL 555S. The contractor must ensure all fire dampers close correctly, do not bind, and close freely. Contractor must lubricate fire dampers as needed to ensure fire dampers are fully functional Contractor must remove and reset fusible links to verify such fire damper fully closes and if necessary, replace any fusible links that are compromised per NFPA. Contractor must ensure fire damper fusible links are of the correct temperature rating and replace as needed Contractor must test with normal air flow unless otherwise directed. If the only access point is longer than an arm s reach away from the damper, contractor must perform a visual inspection to the limit allowable. Contractor must look at the frame for signs of twisting or kinking. Contractor must look for rust or buildup of any kind that may keep the damper from closing. Contractor must look for the obvious, such as wire or conduit running thru the damper. Contractor must record their observations and have them available for review to the project COR. If the damper is inaccessible, contractor must still locate the damper, map on drawing and label at its physical location and included in the report. SERVICE SCHEDULE: At the conclusion of the inspection the contractor must provide evidence of damper inspection for submission to include the following: A listing of the location of each damper, such as damper number, and whether such damper passed and or failed Digital photographs of each damper before and after performance of the inspection (showing each damper opened and where operable, closed) The name and signature of the technician that performed the test and inspection as well as the date of the service. A complete list completed by the technician that all test functions were completed. If the fire damper fails inspection and test, contractor will provide a detailed list with cost estimate needed for repair to bring the fire damper into a full readiness condition. OTHER RELATED SERVICES (NOT INCLUDED IN STATEMENT OF WORK): Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer shall be considered inclusive. OTHER REQUIREMENTS: The contractor shall: Be a firm regularly engaged in the testing and inspection of system fire dampers described in this Statement of Work. Have expertise, experience, and regular business to include the testing and inspection of system fire dampers. Possess all the manpower, equipment, tools, and ready sources of parts as necessary to carry out the conditions of the requirement promptly, skillfully, and expertly PERIOD OF PERFORMANCE: The base period of performance shall be one year from date pf award with no provision for option years. Work must be performed Monday- Friday, excluding federal holidays, 7 AM- 4 PM, with the exception of the ORs on the 2nd floor which require testing after 5 PM or when all scheduled activities have ceased for the day. Holidays observed by the Federal Government are: New Year s Day Martin Luther King s Birthday President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day And any other day specifically declared by the President of the United States to be a national holiday. PLACE OF PERFORMANCE: Department of Veterans Affairs Albany Stratton VA Medical Center 113 Holland Avenue Albany, NY 12208 ITEM # FLOOR LOCATION/DAMPER#   ITEM # FLOOR LOCATION/DAMPER# 1 SB S6 FD -006   126 8 8A-4 2 SB S7 FD-007   127 8 8A-5 3 SB S10 FD-10   128 8 8A-6 4 SB S12 FD-005   129 8 8A-7 5 SB S16 FD-001   130 8 8D-1 6 SB S17 FD-002 FD-003   131 8 8D-2 7 SB S18   132 8 8D-3 8 SB S18-2   133 8 8D-4 9 bsmt warehouse tunnel exh grille   134 8 8D-5 10 bsmt fdmpr by stwell 3   135 8 8D-6 11 1 Core B by the coffee shop FD-004   136 8 8D-7 12 1 Core by stwy 9 FD-007   137 8 8D-8 13 1 Core by A 101 FD-005   138 9 9D-1 14 1 D242 for 1D suppy   139 9 9D-2 15 1 D242 for 1D return   140 9 9D-3 16   Lobby AHU Supply   141 9 9D-4 17   Lobby AHU OA   142 9 9D-5 18   Lobby AHU Return   143 9 9D-6 19   Dental AHU 4 Return   144 9 9D-7 20   Dental AHU 4 Return   145 9 9D-8 21   Dental AHU 4 Return   146 9 9Core-2 22 1 B121A SHAFT   147 9 9CORE-3 23 1 C 233 OR ahu FD-001   148 9 9CORE-4 24 1 C 233 OR ahu FD-002   149 9 9CORE-5 25 2 C 233 OR ahu FD-003   150 9 9Core-6 26 2 C 217 OR ahu FD-004   151 9 9CORE-7 27 2 C 217 OR ahu FD-005   152 9 9CORE-8 28 2 C 217 OR ahu FD-006   153 9 9CORE-9 29 2 C 217 OR ahu FD-007   154 9 9CORE-10 30 2 C 216 OR ahu FD-008   155 9 9A-1 31 2 C 216 OR ahu FD-009   156 9 9A-2 32 2 D241   157 9 9A-3 33 2 D242   158 9 9A-4 34 2 208   159 9 9A-5 35 2 208   160 9 9A-6 36 3 CORE A 301   161 9 9A-8 37 3 CORE D BY ST 10   162 9 9C-1 38 3 CORE D BY ST 10   163 9 9C-2 39 3 Core C Auditorium Supply   164 9 9C-3 40 3 Core C Auditorium Supply   165 9 9C-4 (C915) 41 3 Core C Auditorium Return   166 9 9C-5 (C915) 42 3 Core C Auditorium Return   167 9 9C-6 (C913) 43 3 Core C Auditorium Supply   168 9 9C-7 45 3 Core C Auditorium Return   169 9 9C-8 46 3 CORE C BY 303   170 9 9B-1 47 3 CORE C BY 303   171 9 9B-2 48 3 Core B Angio AHU supply   172 9 9B-3 49 3 Core B Angio AHU return   173 9 9B-4 50 3 CORE B BY 302   174 9 9B-5 51 3 CORE B BY 300   175 9 9B-6 52 4 CORE A IN 435   176 9 9B-7 53 4 Core D near Stwy # 10   177 9 9B-8 54 5 CORE B BY 511   178 10 10 CORE-3 55 5 CORE B BY 510   179 10 10 CORE-6 56 6 CORE B BY ST 4   180 10 10 CORE-8 57 6 CORE C BY 603   181 10 10 CORE-9 58 6 6A LAB   182 10 10 CORE-10 59 7 7 CORE -3   183 10 10 CORE-11 60 7 7 CORE-4   184 10 10 CORE-12 61 7 7 CORE-5   185 10 10A-1 62 7 7 CORE-6   186 10 10A-2 63 7 7 CORE-7   187 10 10A-3 64 7 7 CORE-8   188 10 10A-4 (A1007) 65 7 7 CORE-9   189 10 10A-5 66 7 7 CORE-10   190 10 10A-6 67 7 7A-1   191 10 10A-7 68 7 7A-2   192 10 10A-8 69 7 7A-3   193 10 10B-1 70 7 7A-4   194 10 10B-2 71 7 7A-5   195 10 10B-3 72 7 7A-7   196 10 10B-4 73 7 7D-1   197 10 10B-5 74 7 7D-2   198 10 10B-6 75 7 7D-3   199 10 10B-9 76 7 7D-4   200 10 10B-10 77 7 7D-5   201 10 10C-1 78 7 7D-6   202 10 10C-2 79 7 7D-7   203 10 10C-3 80 7 7D-9   204 10 10C-4 81 7 7D-10   205 10 10C-5 82 7 7C-1   206 10 10C-6 83 7 7C-2   207 10 10C-7 84 7 7C-3   208 10 10C-9 85 7 7C-4   209 10 10C-10 86 7 7C-5   210 10 10D-1 87 7 7C-6   211 10 10D-2 88 7 7C-7   212 10 10D-3 89 7 7C-8   213 10 10D-4 90 7 7B-2   214 10 10D-5 91 7 7B-3   215 10 10D-6 92 7 7B-4   216 10 10D-7 93 7 7B-5   217 11 11A-1 94 7 7B-6   218 11 11A-2 95 7 7B-7   219 11 11A-3 96 8 8CORE-1   220 11 11A-4 97 8 8CORE-2   221 11 11A-5 98 8 8CORE-3   222 11 11A-6 99 8 8CORE-4   223 11 11A-8 100 8 8CORE-5   224 11 11A-9 101 8 8CORE-6   225 11 11D-1 102 8 8CORE-7   226 11 11D-2 103 8 8CORE-8   227 11 11D-3 104 8 8CORE-9   228 11 11D-4 105 8 8CORE-10   229 11 11D-5 106 8 8CORE-11   230 11 11D-6 107 8 8CORE-12   232 11 11D-7 108 8 8B-1   234 11 11B-1 109 8 8B-2   235 11 11B-2 110 8 8B-3   236 11 11B-3 111 8 8B-4   237 11 11B-4 112 8 8B-5   238 11 11B-5 113 8 8B-6   239 11 11C-1 114 8 8B-7   240 11 11C-2 115 8 8C-1   241 11 11C-3 116 8 8C-2   242 11 11C-4 117 8 8C-3   243 11 11C-5 118 8 8C-4   244 11 11C-6 119 8 8C-5   245 12 SBsmt SF 120 8 8C-6   246 12 SBsmt EF 121 8 8C-7   247 13 SBsmt SF 122 8 8C-8   248 13 SBsmt EF 123 8 8A-1   249 13 Elevator shaft relief 124 8 8A-2   250 13 Elevator shaft relief 125 8 8A-3   251 13 Elevator shaft relief VHA SUPPLEMENTAL CONTRACT REQUIREMENTS FOR COMBATTING COVID-19 VHA Supplemental Contract Requirements for Combatting COVID-19 Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced. CONTRACTING OFFICE ADDRESS: VISN 2 Network Contracting Office Albany Stratton VA Medical Center 113 Holland Ave Albany, NY 12208 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021) Solicitation number for this requirement as 36C24223Q0163; The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); Acknowledgement of any solicitation amendments; Past performance information; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following solicitation provisions are included as addenda to FAR 52.212-1: 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 (Aug 2020) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) Addendum to FAR 52-212-1 INSTRUCTIONS TO OFFERORS COMEMRCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021): This Request for Quote (RFQ) is issued in accordance with FAR Part 12 in conjunction with Simplified Acquisition Procedures at FAR 13.5. All instances of FAR 15 procedures in FAR 52.212-1 shall not apply to this RFQ and are hereby substituted with FAR 13 procedures. Eligibility: In order for a quote to be eligible for award, offerors submitting a quote must have the NAICS Code 561621 SECURITY SYSTEM SERVICES (except Locksmiths) and current registration in the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM. Submission Instructions: Technical packages shall be submitted to Levi.Russin@va.goc by 10:00 AM ET on 01/02/2023. The email shall identify Solicitation 36C24223Q0163. Offerors that do not adhere to these instructions may be determined to be incomplete and, therefore, risk being rejected without further consideration for award. Offer submissions must include: EVALUATION FACTOR SUPPORTING DOCUMENTS: 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 on the basis of the qualification of the quoter that are detailed in the quoter s capability statement. Quoter must provide a technical capability statement of 15 pages or less demonstrating it has trained personnel, equipment, and working experience in NFPA 90A Compliant Fire Damper Inspection and Testing Services. Documentation must include proof of providing work on at least three (3) contracts of similar nature, scope, complexity, difficulty, and size to that which will be supplied to the work detailed in the SOW for this required. Quoter must provide proof/certification that it is a licensed business to conduct NFPA 90A Compliant Fire Damper Inspection and Testing Services in accordance with NFPA Codes and Standards NFPA 90A. (2) Past performance: Quoter will be evaluated on how well their past performance information supports that they are a capable vendor who can adequately perform services of this scope and complexity without issues with performance. 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 contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. Quoter must provide at least three (3) past performances references for contracts of similar nature, scope, complexity, difficulty, and size to that which will be supplied to the work detailed in the SOW for this required. (3) Price: The government will evaluate quotes for award purposes based on the pricing for the total requirement. Quotes for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. END OF ADDENDUM (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (November 2021), applies to this acquisition. Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria. Evaluation Factors: Technical Capability: Technical capability is defined as a quoter s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities.  Contractor shall provide a maximum 15-page capability statement demonstrating it has trained personnel, equipment and working experience and ability to meet all the requirements of the Statement of Work (SOW). A) Technical Proficiency: Quoter shall submit a proposal that verifies it is a firm that specializes in NFPA 90A Compliant Fire Damper Inspection and Testing Services. The proposal shall be comprehensive and demonstrates its understanding of the requirement and not a copy and paste of the Statement of Work requirements. It shall outline the contractor s ability to perform the services adequately and satisfactorily in accordance with the Statement of Work (SOW) and the extent to which potential risks are identified and mitigated. B) Contractor Experience: The quoter shall provide three (3) instances of past-experience similar in nature, scope, complexity, difficulty, and size to that which will be supplied under the prospective contract contemplated by this solicitation. The experience shall reflect of no less than three (3) years of NFPA 90A Compliant Fire Damper Inspection and Testing Services. C) Licensing/Certifications:  Quoter will be evaluated on how well they meet the requirement to provide proof that it is a licensed business to conduct NFPA 90A Compliant Fire Damper Inspection and Testing Services in accordance with NFPA Codes and Standards NFPA 90A: Standard for the Installation of Air-Conditioning and Ventilating Systems. Past performance: Quoter must provide three references for contract of similar scope and magnitude to be evaluated. 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 quoters Past Performance shall also be reviewed in PPIRs; Quoter s with no past performance shall receive a neutral rating for this evaluation factor.  Price: The government will evaluate quotes for award purposes based on the pricing for the total requirement. Quotes for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. Options: The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quote s specified expiration in time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) 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) FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021 applies to this acquisition. The following clauses are incorporated into Addendum to FAR 52.212-4, 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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. - 852.232-72 Electronic Submission of Payment Requests - 852.270-1 Representatives of Contracting Officers. 852.219-73 VA Notice to Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (NOV 2022) 852.219-74 VA Notice to Total Set-Aside for Verified Veteran-Owned Small Businesses (NOV 2022) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Deviation) (SEP 2021) 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2022) The following subparagraphs of FAR 52.212-5 are applicable: 52.219-28 Post Award Small Business Program Representation (NOV 2020) 52.219-32 Orders Issued Directly Under Small Business Reserves (MAR 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class: 23290 Monetary Wage-Fringe Benefits: WG-10 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) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination (xiv) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent ONLY to Levi Russin at Levi.Russin@va.gov This is a Total Service-Disabled Veteran-Owned Small Business set-aside open market RFQ solicitation for NFPA 90A Compliant Fire Damper Inspection and Testing services as defined herein. 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:"" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 10:00am on 01/02/2023 at Levi.Russin@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Request for information (RFI) shall be received no later than 10:00am on 12/26/2022. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist Levi Russin at Levi.Russin@va.gov. All communication shall have RFQ number and requirement title in the subject line. Point of Contact Levi Russin, Contract Specialist Levi.Russin@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/96656010516842e8bdfb5f319f53f9ce/view)
 
Place of Performance
Address: Department of Veterans Affairs Samuel S. Stratton VA Medical Center 113 Holland Avenue, Albany, NY 12208, USA
Zip Code: 12208
Country: USA
 
Record
SN06546627-F 20221221/221219230103 (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.