Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2023 SAM #7866
SOLICITATION NOTICE

H -- ELEVATOR INSPECTIONS - 554

Notice Date
6/9/2023 7:50:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25923Q0580
 
Response Due
6/16/2023 3:00:00 PM
 
Archive Date
07/16/2023
 
Point of Contact
Contract Specialist, Noaa Lanotte, Phone: 303-712-5794
 
E-Mail Address
Noaa.Lanotte@va.gov
(Noaa.Lanotte@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25923Q0580 Elevator Inspection Services Service-Disabled Veteran-Owned Small Businesses. 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm MT, 06/12/2023 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Noaa.Lanotte@va.gov no later than 4:00pm MT, 06/16/2023 Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0580. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 effective June 2, 2023 The North American Industrial Classification System (NAICS) code for this procurement is 541350 with a small business size standard of 11.5 Million. This solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses. List of Line Items; Base Year: Date of award May 31, 2024 CLIN Description Est. Qty Unit Unit Cost Est. Total Cost Supplies/Services 0001 Semi-Annual Inspections 49 EA $ _________ $ _________ 0002 Annual Inspections 49 EA $ _________ $ ___________ 0003 Full Load Inspections 0 EA $ _________ $ _________ Estimated Total Cost for Base Year: $ ____________ Option Year 1: June 01, 2024 May 31, 2025 CLIN Description Est. Qty Unit Unit Cost Est. Total Cost Supplies/Services 1001 Semi-Annual Inspections 49 EA $ _________ $ _________ 1002 Annual Inspections 49 EA $ _________ $ ___________ 1003 Full Load Inspections 12 EA $ _________ $ _________ Estimated Total Cost for Option Year 1: $ ____________ Option Year 2: June 01, 2025 May 31 2026 CLIN Description Est. Qty Unit Unit Cost Est. Total Cost Supplies/Services 2001 Semi-Annual Inspections 49 EA $ _________ $ _________ 2002 Annual Inspections 49 EA $ _________ $ ___________ 2003 Full Load Inspections 13 EA $ _________ $ _________ Estimated Total Cost for Option Year 2: $ ____________ Option Year 3: June 01, 2026 May 31, 2027 CLIN Description Est. Qty Unit Unit Cost Est. Total Cost Supplies/Services 3001 Semi-Annual Inspections 49 EA $ _________ $ _________ 3002 Annual Inspections 49 EA $ _________ $ ___________ 3003 Full Load Inspections 12 EA $ _________ $ _________ Estimated Total Cost for Option Year 3: $ ____________ Option Year 4: June 01, 2027 May 31, 2028 CLIN Description Est. Qty Unit Unit Cost Est. Total Cost Supplies/Services 4001 Semi-Annual Inspections 49 EA $ _________ $ _________ 4002 Annual Inspections 49 EA $ _________ $ ___________ 4003 Full Load Inspections 12 EA $ _________ $ _________ Estimated Total Cost for Option Year 4: $ ____________ PRICE SUMMARY TOTALS Estimated Total Cost Base Year: $_______________________ Option Year I: $ ______________________ Option Year II: $ ______________________ Option Year III: $ ______________________ Option Year IV: $ ______________________ Est. Grand Total (Base + all Option Years): $ ______________________ Description of Requirements for services to be performed Elevator Annual and Inspection Statement of Work Rocky Mountain Regional Veterans Affairs Medical Center 1700 N. Wheeling Street, Aurora, Colorado 80045 2.0 GENERAL The contractor shall provide all personnel, supervision, professional expertise, vehicles, tools, materials, services, equipment and quality control to perform semi-annual, annual, and five-year load test elevator inspections for all elevators and dumbwaiters within the Rocky Mountain Regional VAMC and Fisher House. Elevators include thirty-seven (37) cable driven traction elevators, eleven (11) hydraulic piston elevators, and one (1) dumbwaiter. Contractor shall inspect the elevators and dumbwaiter in accordance with manufacturer, industry, and code requirements as listed in Section 2.1 Applicable Documents. 2.1 APPLICABLE DOCUMENTS Contractor shall perform annual inspection on Rocky Mountain Regional VAMC elevators and dumbwaiter in accordance with the following codes (latest editions of each): (1) American Society of Mechanical Engineers (ASME) A17.1, Safety Code for Elevators and Escalators (2) ASME A17.2, Inspectors, Manual for Elevators and Escalators (3) ASME A17.3, Safety Code for Existing Elevators and Escalators (4) National Elevator Industry, Inc (NEII) Vertical Transportation Standards for Elevators, Escalators and Dumbwaiters (5) National Fire Protection Association (NFPA) 70, National Electric Code. (6) NFPA 72, Fire Alarms (7) NFPA 101, Life Safety (8) NFPA 70E, Personnel Protection 2.2 RESOURCES The Government will not provide any resources for the fulfillment of the services required under this contract. The Contractor shall provide all labor, tools, parts, materials, transportation, and all necessary items to provide annual inspection services. 2.3 REQUIREMENTS The Contractor shall provide one (1) Qualified Elevator Inspector (QEI) that is certified by a recognized agency and has current credentials and standings to provided inspection services for annual inspection of all elevators and dumbwaiter on the facility premises. The Contractor shall provide documentation to the Point of Contact (POC) satisfactory completion of all inspections within 5 business days of inspection. 3.0 INSPECTIONS The Contractor shall execute all inspections with the assistance of an accompanying third-party elevator service and maintenance contractor in the presence of the POC, or designated VA representative. All inspections shall take place between the hours of 7:30AM and 4:00PM Monday through Friday, unless otherwise specified by the Contracting Officer, or POC. The POC and Contractor will coordinate scheduling of annual inspections. The Contractor shall not block corridor spaces, common areas, or walkways/hallways with equipment, supplies, or materials necessary for testing at any time. 4.0 CONTRACTOR SUBMITTALS: The Contractor shall submit to the POC a copy of the inspector(s) QEI Certifications, the Contractor s site-specific safety plan (SSSP), and personal protective equipment (PPE). Contractor shall follow the safety guidelines set forth in the Elevator Industry- Field Employees Safety Handbook as the requirements relate to inspections. of these submittals shall be received before any invoice can be certified for payment. 5.0 CONTRACTOR DELIVERABLE: A comprehensive report shall be provided for each elevator inspected by the Contractor. The Contractor shall submit two (2) copies of the annual inspection reports within 45 calendar days of completion of inspections. 6.0 BADGES AND PARKING All Contractor personnel shall comply with VA ECHCS badging policy. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. The designated parking area will be specified by POC upon award of contract. 7.0 INSPECTOR QUALIFICATIONS a. The Government reserves the right to accept or reject Contractor s staff for cause. b. All inspectors shall hold current Qualified Elevator Inspector certification with a recognized agency such as Qualified Elevator Industry Training Fund (QEITF) or QEI NAESA International. c. The Contractor shall have a back-up inspector in the event the primary inspector is unable to perform his/her duties. e. The Contractor shall ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPPA (Health Insurance Portability and Accountability Act of 1996) with respect to personal and confidential information that they may come upon, while inspecting the elevators. 8.0 Pre-Inspection Meeting The Contractor and VA Facilities Management Service (FMS), represented by the POC, will hold a pre-inspection meeting to review contract requirements and expectations, address contractor questions, and execute a site walk of the elevator locations throughout the entire Rocky Mountain Regional VAMC. 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted services are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be SBA verified and visible in the SBA VetCert Database: https://veterans.certify.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) - Technical Proposal; (II) - Completion of Attachment - VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION); and (III) Price Volume I - Technical Proposal The offeror shall submit a technical proposal, that describes the means and methods of successfully performing all work detailed in the SOW to include the personnel being proposed to perform the work. Volume II - Completion of Attachment - VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (DEVIATION) : The offeror shall complete the Attachment - VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (DEVIATION) and submit as part of the quote. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Products and Commercial Services ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES: Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1: Technical Proposal The offer shall be evaluated on the conformance to the requirements listed in the Statement of Work. The offeror shall submit a technical proposal, that describes the means and methods of successfully performing all work detailed in the SOW to include the personnel being proposed to perform the work. Qualified Elevator Inspector certification with a recognized agency such as Qualified Elevator Industry Training Fund (QEITF) or QEI NAESA International shall be submitted with offer. Factor 2: Completion of Attachment - VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (DEVIATION): The Government will evaluate the responses an offeror makes to Attachment - VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (DEVIATION) for completeness. If an offeror fails to complete the certification their quote will be determined ineligible for award. Factor 3. Price The Government will evaluate the price by adding the total of all line item prices, including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Services (Mar 2023), applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.219-32 Orders Issued Directly Under Small Business Reserves (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-41 Service Contract Labor Standards (AUG 2018) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days of the expiration date of the current contract period. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years 52.232-19 Availability of Funds for The Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Jan 2023) (Deviation) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.223-6 Drug-Free Workplace (MAY 2001) FAR 52.228-5 Insurance Work on A Government Installation (JAN 1997) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.237-2 Protection of government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.237-3 Continuity of Services (JAN 1991) The following VAAR clauses are to be incorporated by reference: None DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determinations 2015-5419 Revision Number 23 dated December 27, 2022 apply to this acquisition. Date and Time offers are due to Noaa.Lanotte@va.gov by 4:00pm MT, 06/16/2023. Name and email of the individual to contact for information regarding the solicitation: Noaa Lanotte, Contract Specialist Noaa.Lanotte@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eaa9bf44831b497c8d4e1e32701503bf/view)
 
Place of Performance
Address: Department of Veterans Affairs Rocky Mountain Regional VAMC Eastern Colorado Healthcare System 1700 North Wheeling Street, Aurora 80045
Zip Code: 80045
 
Record
SN06710467-F 20230611/230609230113 (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.