DOCUMENT
H -- Fire Suppression System Inspection - Attachment
- Notice Date
- 11/29/2012
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25913Q0073
- Response Due
- 12/4/2012
- Archive Date
- 2/2/2013
- Point of Contact
- KIM COOPER
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5 and FAR 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. The solicitation number for this requirement is VA-259-13-Q-0073 and is hereby issued as a Request for Quote (RFQ). The VISN 19 Rocky Mountain Acquisition Center, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the VA Eastern Colorado Health Care System, Denver, Co 80220 has a requirement for the following services: A base period of one year and four 1-year possible options for Fire Suppression System Inspection. The place of performance is VA Medical Center, 1898 Fort Road, Sheridan WY. SEE ATTACHED STATEMENT WORK. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 effective 13 September, 2012. The North American Industry Classification System (NAICS) code is - 561621- Security Systems Services (except Locksmiths) and the Small Business Size Standard is $12.5 Million. This procurement will be a 100% small business set aside. Women owned, service disabled veteran owned, veteran owned and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue a firm fixed price contract to the responsible Offerors whose lowest price and technically acceptable proposal conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR: Schedule for Fire Suppression System Inspection BASE YEAR Line Item NumberDescriptionUnitTotal Cost 0001Fire Suppression System Inspection OPTION YEAR ONE Line Item NumberDescriptionUnitTotal Cost 1001Fire Suppression System Inspection OPTION YEAR TWO Line Item NumberDescriptionUnitTotal Cost 2001Fire Suppression System Inspection OPTION YEAR THREE Line Item NumberDescriptionUnitTotal Cost 3001Fire Suppression System Inspection OPTION YEAR FOUR Line Item NumberDescriptionUnitTotal Cost 4001Fire Suppression System Inspection STATEMENT OF WORK For Annual Inspection/Testing of Automatic Sprinkler Systems Provide annual inspection and testing as required by NFPA25, "Inspection, Testing and Maintenance of Water Base Fire Protection Systems" for the listed fire sprinkler systems at the VAMC Sheridan Wyoming. This work will be conducted during administrative hours only. All work will be coordinated with the VAMC Safety Office. All systems will be placed back into full service no later than 3:30 PM each business day. Service will include the annual testing and maintenance of the back flow preventer on each system. Contractor will furnish complete documentation of all tests, inspections and maintenance for each system. The total number of sprinkler systems for the facility is as follows: Wet Systems, buildings 1, 31, 35, 37(4), 41, 64, 71/71N, and 86. Dry Systems in buildings 1, 2, 3, 4(2), 5, 6, 7(2), 8(2), 9, 11, 24, 36, 37, 41, 42, 55, 61, and 64. Residential systems 13 total. All inspections/testing will be completed no later than December of each year. GOVERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit quotes or any questions to the primary POC Kim Cooper, 406-447-6730 or email: Kim.Cooper3@va.gov DEADLINES: Submit questions and offers to the primary POC. It is acceptable to submit quotes by email NLT December 4, 2012 @ 12:00 P.M. EST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. Also, in order to be eligible for the award the company must be registered in SAM. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: BASIS OF AWARD: 1) The government intends to issue a firm fixed price contract to the responsible Offeror whose quote conforms to the solicitation and is lowest price technically acceptable. (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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offeror to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items,(Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://www.sam.gov for online submittal); The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; applies to this acquisition with following addendum: FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: 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 30 calendar days. (End of 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 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar 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. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 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 30, 2012. 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 30 each 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. (End of Clause) The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Utah. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontracts Awards (FEB 2010), FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012), FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), FAR 52.219-28, Post Award Small Business Program Representation (APR 2012), FAR 52.222-3, Convict Labor (JUN 2003), FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies(MAR 2012), FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (MAR 2007), FAR 52.222-35, Equal Opportunity for Veterans,(SEP 2010), FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010), FAR 52.222-37, Employment Reports on Veterans(SEP 2010), Far 52.222-41 Service Contract Act of 1965 (NOV 2007), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires ( MAY 1989) FAR 52.223-18 Contractor Registration (MAY 1999); FAR 52.252-2, Clauses Incorporated by Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.228-5 Insurance, Work On A Government Installation(MAR 1996) FAR 52.232-34 Payment By Electronic Funds Transfer-other than Central Reference,
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25913Q0073/listing.html)
- Document(s)
- Attachment
- File Name: VA259-13-Q-0073 VA259-13-Q-0073_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=538640&FileName=VA259-13-Q-0073-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=538640&FileName=VA259-13-Q-0073-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-13-Q-0073 VA259-13-Q-0073_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=538640&FileName=VA259-13-Q-0073-001.docx)
- Record
- SN02939011-W 20121201/121129234311-7b35858697b8d36fd8a91d104ff908e7 (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 |