Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2024 SAM #8334
SOLICITATION NOTICE

J -- All-Inclusive Automatic Door Maintenance and Repair Services

Notice Date
9/19/2024 10:57:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q1014
 
Response Due
10/9/2024 9:00:00 AM
 
Archive Date
12/08/2024
 
Point of Contact
Jennifer Beiswenger, Contract Specialist, Phone: 814-943-8164 x4323
 
E-Mail Address
jennifer.beiswenger@va.gov
(jennifer.beiswenger@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), 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. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24424Q1014. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-05 effective 22 May 2024, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at FAR | Acquisition.GOV. This Solicitation is being competed as a Small Business Set-Aside. The NAICS Code is 811310, and the Product Service Code (PSC) is J053 with a business size standard of $12.5 million. The NCO4 Contracting Office is seeking to establish Automatic Door Maintenance and Repair Services at the Erie VAMC in accordance with the Performance Work Statement (PWS). Service Contract Act Wage Determinations applies to this acquisition and will be incorporated into the resulting contract at the task-order level. The Wage Determination is included with this solicitation as an attachment. SCA WD 2015-4223 Rev 27 dtd 7-22-2024. All offerors are advised to thoroughly read submission instructions as there are very specific instructions as what is required to be provided. The anticipated Contract will be a single award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with fixed price task orders to provide the services required. The IDIQ will be established for a five-year period. Task orders may vary in size and will be issued and awarded by the Contracting Officer. The minimum guarantee for this contract is $5,000.00. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. The site visit is currently scheduled as follows: Failure to arrive on time may result in a refusal to participate in the site visit. Meeting time/location: Thursday, September 26, 2024. Vendors are expected to arrive by 9:45 am. The tour will start promptly at 10:00 am EST. 10:00 am (Front Lobby) 135 East 38th Street Boulevard Erie, PA 16504 Vendors are advised they are only to reach out to the POC if they are lost trying to find the meeting location. Any requests for information, questions, sign-ups, etc. are REQUIRED to be directed to the contracting office. Erie VAMC POC: Robert Petrone (814) 440-8916 This site visit is not mandatory. All vendors wishing to attend the site visit shall submit the following information to jennifer.beiswenger@va.gov by 09/25/2024 @ 12 PM Eastern Time. 1. Company Name 2. Attendees (limited to three per vendor) 3. Contact number 4. Email address Questions about RFQ 36C24424Q1014 must be submitted via email to Contract Specialist, Jennifer Beiswenger, at jennifer.beiswenger@va.gov no later than 12:00 PM EST, Wednesday, October 02, 2024. The POC listed above is not authorized to answer any vendor questions except to provide directions to the meeting location in the event you are lost. I. Quote Submission Instructions: A. Failure to follow the instructions below may result in elimination from award consideration or a non-responsive determination. Quotes shall be submitted to Contract Specialist, Jennifer Beiswenger via email, at jennifer.beiswenger@va.gov, NLT 12:00 PM EST, Wednesday, October 9, 2024. 2) All quotes shall include one (1) separate electronic copy of each of the Section listed below. Attachments shall include separated documents and titled similar to the below: a) Section I b) Section II c) Section III Any additional attachments, in addition to the above, will be identified below. The vendors are able to separate the Sections into additional parts (Section I part A, Section I Part B, etc.) if they find their attachments are too large. 3) No price information shall be included in the technical section. If pricing information is found in the technical section, the quote may automatically be considered non-responsive and not evaluated. B. Section I Administrative/Regulatory Please be advised that this Section is not sent for technical evaluation. 1) Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database. Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation. If exception to 52.222-41 applies in accordance with 52.204-8(c)(2)(v) or 52.212-3(k)(1) or 52.204-8(c)(2)(vi) or 52.212-3(k)(2) response shall include the certification as to which exception is applicable and why. 2) Vendors are advised that the requirements of 13 CFR ยง 125.6 may be applicable to this solicitation and shall respond accordingly. The vendor shall include a breakdown regarding what tasks the prime will perform and what tasks the subcontractors will perform. The response shall also provide the subcontractor s business name and SAM UEI number. If the offeror does not plan to use subcontractors, they need to respond accordingly. Failure to provide the requested information regarding 13 CFR 125.6 may result in a non-responsive determination. Limit 1 page. 3) Completed Certificate of Compliance for Services and Construction 852.219-75 shall be submitted. Failure to complete and submit this certification will automatically result in a non-responsive determination and no further consideration for award. 4) In accordance with FAR 4.1102 and FAR 52.204-7 (b)(1) offerors must be registered in the System for Award Management (SAM) database at time of quote submission and at time of award. Registration may be done online at: www.acquisition.gov or www.sam.gov. 5) In accordance with VAAR 819.7003(3) offerors must be registered in Veteran Small Business Certification (VetCert) run by the U.S. Small Business Administration database at time of quote submission and time of award. Registration may be done online at: https://veterans.certify.sba.gov/ C. Section II Requirements. Please Note this section is not sent for Technical Evaluation. Page limit: 5 pages including any coversheets and table of contents. Certifications are not included in the page count. The quoter shall provide detailed narratives for at least three similar projects in scope and scale completed within the last 3 years by the Prime Contractor. The narratives shall include a detailed description of the work completed, to include coordination with any subcontractors and/or suppliers. It shall also describe how the work was accomplished, the outcome of the work completed, and the dollar value of the work. Certificates of manufacturer trained and qualified personal for the systems and equipment being worked on. American Association of Automatic Door Manufacturing (AAADM) Training Certificate as an AAADM Certified Inspector. D. Section III Price No page limit. Please note, this section is not sent to the technical evaluators. Failure to follow these instructors may result in a non-responsive determination. Vendors shall include: 1) Quoters are required to complete the pricing information found in the schedule of the solicitation. Line items shall not be edited. Pricing per unit and total per line are required as well as contract total. The following CLINs are associated with Exclusions to Routine Maintenance and Repairs as outlined in section 1.6 of the PWS. Input the hourly rates identified on: 0002, 1002, 2002, 3002 and 4002 The labor rates outlined are firm for the life of this CLINs. The CLINS listed above will be funded at the discretion of the Government. II. 52.212-2 - Evaluation of Quotations Offers IAW FAR 13.106-2(b)(4) a. The Government intends to issue a single award contract in response to this solicitation. b. This is an Small Business set-aside Lowest price technically acceptable source selection process will be performed in accordance with FAR 15.101-2(b)(4) . Quotes will be evaluated in accordance with the criteria set forth in the PWS. The Government may, at its discretion and in its best interest, make award without conducting discussions with offerors. Therefore, prospective offerors are encouraged to submit initial quotes that represent the best terms and conditions of the offeror. Quotes will be evaluated for technical compliance using the submittals requested in the solicitation. The technical portion shall be rated on a Meets/Does Not Meet basis. Award will be made to the responsible quoter who is compliant with solicitation and provides the best value to the government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e7114148b25d44f18fc228d97794f0e3/view)
 
Place of Performance
Address: Erie VAMC 135 E 38th Street, Erie 16504
Zip Code: 16504
 
Record
SN07217666-F 20240921/240919230122 (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.