Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2011 FBO #3627
DOCUMENT

L -- Cable Installation and Removal Services - Attachment

Notice Date
10/28/2011
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;St. Paul Regional Office;Bishop Henry Whipple Federal Building;1 Federal Drive, Fort Snelling;St. Paul MN 55111-4050
 
ZIP Code
55111-4050
 
Solicitation Number
VA33512Q0002
 
Response Due
11/3/2011
 
Archive Date
12/3/2011
 
Point of Contact
Robert R. Mulheran
 
E-Mail Address
612-970-5695<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
i.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii.VA335-12-Q-0002 RFQ iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53. iv.The solicitation is set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns only. The applicable NAIC Code for this solicitation is 238210, and the Small Business Size limitation is $14 Million. v.The contractor shall provide all materials, parts, supplies, services, labor, transportation, facilities and supervision to furnish, install needed voice/data cables on an as needed basis at two Federal Buildings in St. Paul, MN. Unit Prices will be quoted for the standard labor and material categories for the base year and 4 option years. The government will submit a Service Request to the Vendor to provide a quote based upon the contracted rates on an as needed basis. Those materials without an established contracted rate will be negotiated at the time of the Service Request. Awarded CLIN's will show the expected maximum dollars committed for the period of performance and will be expressed as a NOT TO EXCEED (NTE) amount. CLIN 0001: Cable Installation/Removal Services (Base Year), Quantity: 1, Unit of Issue: LT CLIN 1001: Cable Installation/Removal Services (Option Year 1), Quantity: 1, Unit of Issue: LT CLIN 2001: Cable Installation/Removal Services (Option Year 2), Quantity: 1, Unit of Issue: LT CLIN 3001: Cable Installation/Removal Services (Option Year 3), Quantity: 1, Unit of Issue: LT CLIN 4001: Cable Installation/Removal Services (Option Year 4), Quantity: 1, Unit of Issue: LT Submit quotes for Labor and Materials rates for all five years for the following: Installation/Removal of Wiring/Cabling; $ per Hour Technical Services; $ per Hour Trip Charge; $ per Visit Cable, CAT 5e; $ per Foot Cable, CAT 6; $ per Foot Jack, CAT 5e; $ Each Jack, CAT 6; $ Each 50 Micron Fiber Cable-ARMOURED; $ per Foot 50 Micron Fiber Cable-NON-ARMRD; $ per Foot Box Surface Mounts; $ Each Modular Furniture Plates; $ Each vi.Description of Requirement Scope of Work: Establish a basic purchase agreement for wiring, cable installation and removal to include cross connections for the period One Year with Four One-Year Option Periods. Contractor shall book each appointment with the St. Paul RO Point of Contact (POC). Appointments will be arranged via telephone or email with the St. Paul RO POC. Contractor will have a working knowledge of and daily access to email and telephones. General Guidelines Contractor will perform work at two buildings, the Bishop Henry Whipple Federal Building at Fort Snelling and the Warren Burger Federal Building in St. Paul, Minnesota. Bishop Henry Whipple (BHW) Federal Building: 1 Federal Drive, St. Paul, MN 55111-4050. Warren E. Burger Federal Building: 316 North Robert Street, St. Paul, MN 55101. Service appointments shall be conducted during the normal business hours of Monday through Friday (7:00 A.M. - 4:30 P.M.). A twenty-four hour advance notice is required for any work to be performed at the Warren Burger Federal Building. If the contractor cannot attend a scheduled appointment, a minimum 24 hours advanced notice shall be provided to the Government POC, via phone. The St. Paul RO shall not incur any charges for appointments cancelled by the Contractor. The Contractor shall comply with all security requirements imposed by the installation commander at all times while on the installation. Contractor personnel involved in civil crimes and/or other incidents of misconduct may be restricted from entry onto the installation. A.Yearly Estimates: The following figures are provided in order to estimate the scope of the required work. Please note that these are estimates based upon Historical usage figures: Year 1: 95 Man-Hours Of Labor, Year 2: 190 Man-Hours Of Labor, Year 3: 300 Man-Hours Of Labor, Year 4: 390 Man-Hours Of Labor, And Year 5: 390 Man-Hours Of Labor. *From Past Experience, 25-30% The Overall Project Costs Were For Materials. Confidentiality: All work is to be performed by competent personnel, experienced and qualified to provide wiring and cabling services. Must be insured. Contractors shall keep all assignment-related information strictly confidential. Contractors will be escorted by I.T. personnel at all times. Service Work Order: For each service request, the VA shall be provided with an estimate of all anticipated costs. This estimate shall be forwarded to the NSC and Finance Departments. The estimate shall include: 1.VA Service Request Ticket Number 2.Technician's Recommendation of Service Work Needed 3.Estimated Hour(s) to Accomplish Service and Labor Costs 4.Estimated Part(s) Required and Costs 5.Estimated Trip Charge(s) NOTE: The Estimated Costs for Labor and Key Materials will be per the Unit Prices set in the Contract. The service order cannot be accomplished prior to receiving approval to proceed and scheduling with the Government POC. Upon completion of a service request, a service work order must be submitted and signed by a representative of the VA before leaving the premises. This service work order must include: 1.Date of Service 2.VA Service Request Ticket Number 3.Work Performed 4.Service Start/Stop Time 5.Total Hours of Service 6.Parts Used 7.Explanation if Hours or Parts are Significantly Different than Estimate 8.Technician's Name 9.Technician's Recommendation of Additional Service Work Needed Notes: VA will only be charged overtime for Contractor employee(s) working more than 8 hours in one day on VA jobs or if VA requires work to be done after normal working hours or on weekends or holidays. Contractor must use VA provided parts when available. Certain parts must be Government purchased, such as patch panels. For these times, contractor to provide necessary part information, including quantity, and answer questions, but cannot influence purchase to the point of exclusivity. Billing: After each service call accomplished the Contractor will provide the NSC and Finance Departments with an invoice to include: 1.Vendor Name, Tax Payer ID, and POC to contact with questions. 2.Invoice Number and Date 3.Contract Number 4.Date, Time Called and Date, Time Arrived 5.VA Service Request Ticket Number 6.Service Hours and Charges 7.Parts Used and Costs 8.Trip Charge(s) 9.Invoice Total with summation of all Charges for the Service Request. ST. PAUL REGIONAL OFFICE POINTS OF CONTACT: Name: Sean Emslander Phone: (612) 970-5221 Fax: (612) 970-5244 E-Mail: sean.emslander@va.gov Billing: Name: Pat Moran Phone: (612) 970-5607 Fax: (612) 970-5695 E-Mail: pat.moran@va.gov vii.Period of Performance: One Year plus Four Option Years from date of Award. FOB Point 1:U.S. Department of Veterans Affairs Bishop Henry Whipple (BHW) Federal Building 1 Federal Drive, Fort Snelling St. Paul, MN 55111-4050 FOB Point 2:U.S. Department of Veterans Affairs Warren E. Burger (WEB) Federal Building 316 North Robert Street St. Paul, MN 55101 viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following is added as addenda: Quotes should be submitted via email to Contracting Officer, Robert Mulheran at Robert.Mulheran@va.gov. Quotes are due via email by the date and time noted in paragraph xv. Quotes should be comprised of the noted Labor and Material rates noted in paragraph v. for all five years. Each year should be quoted separately unless submitting the same values for all 5 years. Provisions: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) 52.217-5Evaluation of Options (JUL 1990) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) VAAR 852.273-74 Award Without Exchanges (JAN 2003) ix.FAR 52.212-2, Evaluation - Commercial Items, applies to this solicitation. Offers will be evaluated on price only. Award will be made to the Vendor that comprises the Best Value to the Government in review of the Base Year and the Four Option Years. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following clauses are added as addenda: Clauses: 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.246-70 Guarantee (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10Reporting Executive Compensation & First Tier Subcontract Awards (JUL 2010) (6)52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (7) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (21)52.219-28Post-Award Small Business Program Representation (APR 2009) (24) 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755) (25)52.222-19Child Labor - Cooperation with Authorities and Remedies (JUL 20010) (26)52.222-21Prohibition of Segregated Facilities (FEB 1999) (27)52.222-26Equal Opportunity (MAR 2007) (28)52.222-35Equal Opportunity for Veterans (MAR 2007) (29)52.222-36Affirmative Action for Workers with Disabilities (OCT 2010) (30)52.222-37Employment Reports on Veterans (SEP 2010) (31)52.222-40Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (36)52.223-18Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (37)52.225-1Buy American Act - Supplies (FEB 2009) (40)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (46)52.232-34Payment by Electronic Funds Transfer - Other than Central Contractor Registry (MAY 1999) (47) 52.232-36Payment by Third Party (FEB 2010) (31 U.S.C. 3332) Paragraph c clauses applicable: (1)52.222-41Service Contract Act of 1965 (NOV 2007) (2)52.222-42Statement of Equivalent Rates for Federal Hires (May 1989) This solicitation incorporates Wage Determination 05-2287, Revision 11 for applicable counties in Minnesota and Wisconsin. xiii.N/A xiv.N/A xv.Offers are due not later than November 3, 2011 by 10:00PM Central Time. Offers may be submitted electronically to robert.mulheran@va.gov or faxed to (612) 970-5695. Offers may be submitted by mail to the following address: Department of Veterans Affairs Support Services Division (335/24) Attn: Robert Mulheran, Contracting Officer 1 Federal Drive, Fort Snelling St. Paul MN 55111-4050 xvi.For additional information, please contact the Contracting Officer, Robert R. Mulheran at (612) 970-5690, or by e-mail to robert.mulheran@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e25bc708c533ccd1ae60296076ec1a9e)
 
Document(s)
Attachment
 
File Name: VA335-12-Q-0002 VA335-12-Q-0002_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=269212&FileName=VA335-12-Q-0002-003.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=269212&FileName=VA335-12-Q-0002-003.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;St. Paul Regional Office;Bishop Henry Whipple Federal Building;1 Federal Drive, Fort Snelling;St. Paul MN 55111-4050
Zip Code: 55111-4050
 
Record
SN02614892-W 20111030/111028234348-e25bc708c533ccd1ae60296076ec1a9e (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.