Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2013 FBO #4156
DOCUMENT

J -- Generator Maintenance (PMA) - Chillicothe - Attachment

Notice Date
4/9/2013
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
VA25013R0371
 
Response Due
4/26/2013
 
Archive Date
5/26/2013
 
Point of Contact
Gary Wike
 
Small Business Set-Aside
Total Small Business
 
Description
(1) 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; proposals are being requested and a written solicitation will not be issued. (2) The applicable solicitation number is VA250-13-R-0371 and it is issued as a request for proposals (RFP). Ensure responses include this solicitation number. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (4) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code for this acquisition is 811310. For the purpose of this procurement the small business size standard is $7.0M. (5 ) CONTRACT LINE ITEMS: The cost for the following Contract Line Item Number (CLIN) will be submitted in a lump sum amount and will include all associated costs to perform preventive maintenance in accordance with the Statement of Work: CLINQUANTITYUNIT OF ISSUEUNIT PRICEEXTENDED PRICE 0011Year ______________ ______________ 101 (Option 1)1Year ______________ ______________ 201 (Option 2)1Year ______________ ______________ (6) REQUIREMENTS: This is a requirement to provide preventive maintenance services in accordance with the attached Statement of Work for equipment listed in Attachment A. (7) TECHNICAL REQUIREMENTS: Generator planned maintenance will adhere to manufacturer/industry recommended guidelines to cover all manufacturer recommended actions. Contractor shall be a certified dealer for Repair and Maintenance of Kohler Industrial Generators. (8) PERIOD OF PERFORMANCE: The period of performance for this requirement begins on the effective date of the resultant contract for a period of one (1) year for the base year, and two (2) 1-year options for a total of three (3) years. (9) The following clauses and provisions apply to this solicitation (available from http://www.acquisition.gov/far/): FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. No addenda are attached. FAR 52.212-2, Evaluation -Commercial Items. (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 (listed in relative order of importance): 1. Capability of the proposed services to meet the government's stated technical requirements; 2. Price 3. Past Performance. Evaluation of Past Performance: Provide a list of one (1) project completed during the last three (3) years that is similar in scope to this requirement and a point of contact's name, telephone number, and e-mail address. The government intends to evaluate only one (1) past performance reference. If more than one (1) project is provided, the government reserves the right to select which project will be evaluated. Evaluation of Price: While the evaluated price is a substantial area to be taken into consideration in the overall integrated assessment of offers, the Government may select other than the lowest priced, acceptable offer if it is determined that the additional capability offered is worth the additional cost. Evaluation technical capability: to be considered technically acceptable, offerors must provide a proposal detailing what methods will be utilized to meet the Government requirement. At a minimum this shall include: Kohler Certificates; Detailed Specs regarding PMA (Annual and Periodic); Offerors Technical Qualifications. Failure to supply the minimum items may result in the submitted offer being deemed non-responsive. The Government intends to award without discussions so offerors should propose their best terms during initial proposal. The Government reserves the right to open discussions if no offer submitted meets all the required specifications. Technical and Past Performance factors, when combined, are equal to 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). (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. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: -FAR 52.217-8, Option to Extend Services (fill-in is 30 days) -FAR 52.217-9, Option to Extend the Term of the Contract (fill-ins are 30 days and 36 months) -FAR 52.222-21, Prohibition of Segregated Facilities -FAR 52.222-26, Equal Opportunity -FAR 52.222-36, Affirmative Action for Workers with Disabilities -FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies -FAR 52.222-41, Service Contract Act -FAR 52.224-1, Privacy Act Notification -FAR 52.224-2, Privacy Act, applies to this solicitation. -FAR 52.225-13, Restrictions on Certain Foreign Purchases -VAAR 852.203-70, Commercial Advertising -VAAR 852.237-70, Contractor Responsibility -VAAR 852.232-72, Electronic Submission Of Payment Requests
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25013R0371/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-13-R-0371 VA250-13-R-0371.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693796&FileName=VA250-13-R-0371-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693796&FileName=VA250-13-R-0371-000.docx

 
File Name: VA250-13-R-0371 P09 Generator PMA SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693797&FileName=VA250-13-R-0371-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693797&FileName=VA250-13-R-0371-001.docx

 
File Name: VA250-13-R-0371 05-2424 Rev 14 (Chilli).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693798&FileName=VA250-13-R-0371-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=693798&FileName=VA250-13-R-0371-002.pdf

 
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: Dayton VAMC;4100 W. Third Street;Dayton OH
Zip Code: 45428
 
Record
SN03032572-W 20130411/130409235002-32fa28fc9e170dbbf59b5162e890ec83 (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.