Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

J -- Preventative Maintenance Services for 28 Pieces of Laundry Equipment

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs; Oklahoma City VA Medical Center; 921 N.E. 13th Street; Oklahoma City OK 73104-5007
 
ZIP Code
73104-5007
 
Solicitation Number
VA-256-09-RQ-0452
 
Response Due
9/23/2009
 
Archive Date
11/22/2009
 
Point of Contact
Demarcus ThompsonContract Specialist
 
E-Mail Address
demarcus.thompson@va.gov
(demarcus.thompson@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared under FAR Part 13 Simplified Acquisition Procedures, and in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation. This notice and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-36. This requirement is being solicited as full and open competition. Commercial items FAR clauses 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, apply to this solicitation, and may be found at http://www.acquisition.gov/ Note: Far 52.212-1 and Far 52.212-4 are incorporated into this announcement by reference. Offeror's must be registered in Central Contractor Registration (CCR) data base located at www.ccr.gov.****RFQ SUBMISSIONS: ALL interested parties must request a copy of the Statement of Work (SOW) for this requirement and may submit a quote which will be considered by this agency. All interested parties must provide three submissions by the RFQ due date: Technical Document(s), Past Performance and Price Quote Worksheet in response to this RFQ solicitation. Interested Parties who fail to complete and submit the requirements below may be considered non-responsive. ****TECHNICAL: Interested parties must submit, evidence of technical capability to perform the service in accordance with the statement of work.1. Technical Capability /Management: a.Project Personnel experience (Specialized experience and technical competence). The Offeror shall demonstrate the relevant experience of key personnel through a biographical narrative. Provide information on their proposed (1) project manager, and (2) superintendent. All criteria in this element are of equal importance. Information shall include: Name of individual. Company employed by Company position title Years with company Describe work experience with projects that were VA healthcare, Federal Government and private sector of similar projects and the company (by name) they worked for when involved in the project. An indication of which (if any) projects submitted above the individual participated in and what responsibilities they had for the project. Position that the individual will hold in regard to this project team, description of duties and what percentage of the individuals time would be committed to the project. All employees shall describe job related educational experience including training, certificates, etc. associated with the scope of work. b.Technical/Management approach The Offeror shall demonstrate the following, relevant to the subject procurement: Project delivery Philosophy Include statements concerning elements for successful communication, commitment and conflict resolution. Identify proposed response times and guaranteed up times. Quality assurance/Quality Control Plan Project Organizational Chart and Narrative Include team members submitted. Clearly describe the prime responsible firm and individuals as well as the roles and responsibilities for individuals proposed. Provide a brief narrative of all proposed major sub contractors, including phone numbers, addresses, names of contacts, years of experience, size and scope of relevant projects. The general contractor and subcontractors shall meet or exceed the following minimum requirements: a.The Project Manager as assigned shall have a minimum of 3 years in Preventative Maintenance of Laundry Equipment Services as well as demonstrate knowledge sufficient to insure compliance with drawings, specifications and Medical Center policies and requirements. Show experience of past projects where multiple phases of Preventative Maintenance of Laundry Equipment Services were performed with success and the implementation and sequence of work. b.The Superintendent as assigned shall have a minimum of 3 years of onsite Preventative Maintenance of Laundry Equipment Services and knowledge to insure the maintenance procedures meets the terms and conditions for project specific performance elements required by the facility. Show experience of past projects where multiple phases of Preventative Maintenance of Laundry Equipment Services were performed with success and the implementation and sequence of work. c.The contractor shall have at least 3 years experience and at least 3 years of Preventative Maintenance of Laundry Equipment Services work in the Laundry Equipment field, in comparable size of this project. Capability to perform The Offeror shall provide a statement of their companys total Preventative Maintenance of Laundry equipment capacity, current workload and availability of staff and resources to adequately manage and execute the project. Provide copies of insurance & workers compensation. Capability statement that all manpower/employees as assigned to the project will be competent, and be assigned in sufficient volume to meet the scheduled workload requirements. Provide any training certificates of assigned employees. ****PAST PERFORMANCE: Interested parties shall submit Past Performance information using the following requirements: 2. Past Performance a.Project experience- The Offeror shall demonstrate VA, Healthcare, Federal Government and private sector experience with no less than three projects completed within the last 5 years of contracts of equal or greater complexity, size and scope to this project. All criteria in this element are of equal importance. Provide the following information: Project title, location, summarized project scope, and contracting method (design-build, low cost bid, etc) Project owners name and telephone number of owners contact person. Projects major subcontractors and name and telephone of contact person. Project Statistics including start an completion dates; cost (bid vs. Final with brief explanation of what is included in the cost); Demonstrate proficiency in meeting Preventative Maintenance of Laundry Equipment Services designated criteria for the assigned project. Number of projects performed in a hospital or health care facility. ****PRICE QUOTE: Interested Parties shall submit Price Quotes using the following: Price: Price A detailed price breakdown totaled will be required for price evaluation. If a detailed price breakdown is not included in the initial proposal response the contractor can be considered non-responsive. ****QUOTE EVALUATION and CONTRACT AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to this RFQ solicitation will be most advantageous to the Government, price and other non-price factors considered. The following factors shall be used to evaluate quotes: TECHNICAL CAPABILITY/MANAGEMENT, PAST PERFORMANCE,PRICE. The Contractors technical quote and relevant past performance when combined are significantly less important than price for the purposes of quote evaluation. The Government intends to make a single award for the entire requirement as written in the SOW. The Government will evaluate offers price 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).****TYPE of CONTRACT: Firm Fixed Price.****PERIOD of PERFORMANCE: Basic period is one year with four 12 month option periods.****Estimated Start Date: 1 October 2009****RFQ DUE DATE: Responses to this RFQ, both technical, past performance and price, shall be via electronic submission to Demarcus.thompson@va.gov on or before September 23, 2009 at 10:00 am CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA-256-09-RQ-0452/listing.html)
 
Record
SN01939239-W 20090905/090904000537-ec6e1f61d9a3989ec5eabb68c23eca77 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.