DOCUMENT
J -- Test and Evaluate Clipsal Lighting System(s) at the Lee County VA Healthcare Center, Cape Coral, FL in accordance with the statement of work. - Attachment
- Notice Date
- 4/14/2014
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
- ZIP Code
- 33744
- Solicitation Number
- VA24814Q0825
- Response Due
- 4/28/2014
- Archive Date
- 5/28/2014
- Point of Contact
- Matthew Lucas
- E-Mail Address
-
Matthew.Lucas2@va.gov
(matthew.lucas2@va.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/RFQ General Information Document Type: RFQ RFQ Number:VA248-14-Q-0825 Posted Date:04/14/2014 Response Date:04/28/2014 @ 4 PM EST Classification Code:J059 Set Aside:Small Business NAICS Code:238210 Contracting Office Address NCO 8 ATTN: Matthew Lucas 10000 Bay Pines Blvd, Bldg 2 RM 314 Bay Pines, FL 33744 Description This is a combined synopsis/RFQ for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and RFQ for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only RFQ; quotations are being requested, and a written RFQ document will not be issued. This is a request for quotations (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-72 January 30, 2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business size standard of $14,000,000.00 in Annual Receipts. The Network Contracting Office 8 is seeking to include all necessary labor, materials, parts, equipment, shipping and transportation to test, evaluate, troubleshoot, reprogram, repair and restore all of the Schneider/Clipsal lighting systems installed at the Lee County VA Healthcare Clinic, 2489 Diplomat Parkway East, Cape Coral, FL 33909. This RFQ is 100% set aside for Small Business. Travel Costs Not Authorized NOTE: Site Visit will be conducted on Wednesday April 23, 2014 at 11:30 AM EST. Interested contractors shall meet in the main lobby of Lee County VA Healthcare Clinic, 2489 Diplomat Parkway East, Cape Coral, FL 33909. Attendance at the Site Visit is highly encouraged prior to submission of a quote for this project. Please contact Matthew Lucas by e-mail at matthew.lucas2@va.gov to sign-up for the Site Visit no later than 4:00PM, on Friday April 18, 2014. All interested offerors shall fill in the schedule below with All Labor Classifications, All Labor Rate(s) and Hours. These items then will equate to a total cost. Services CLINDescriptionLabor Classification(s)Fully Burdened Rate(s)Labor HoursTotal Cost 0001Test and Evaluate Clipsal Lighting System(s) at the Lee County VA Healthcare Center, Cape Coral, FL in accordance with the statement of work. Contractor shall provide all labor, tools, equipment, materials, parts, transportation, services, and supervision required to perform the test and evaluation of the Clipsal Lighting System with the objective of bringing the lighting systems into optimal working order. 0002Three hours of training to be provided by a Certified Clipsal Installer and authorized service provider. This training will be conducted for the VA Engineering Staff to include onsite system concept and unit configuration training on the Clinic's Clipsal system. A video may be recorded by VA staff for future site reference. 3 Hours Total Price: For Evaluation Purposes only, offerors shall use 40 hours of normal duty hours of 7:30 AM to 4:30 PM and 40 hours of after duty hours. All interested offerors shall fill in the schedule below with all Labor Classifications, All Labor Rate(s) required to troubleshoot, repair, reconfigure, reprogram and restore all of the Schneider/Clipsal lighting systems installed at the Lee County VA Healthcare Clinic to optimal working condition in accordance with the SOW. The hours can be subdivided into the labor category however they must total 40 hours, see example below. These items then will equate to a total cost. For EXAMPLE: Figure 1 Example Only Again this is for price evaluation purposes only. A firm fixed price quote will be provided to the government as a deliverable of CLIN 0001 to determine actual hours required. RFQ EvaluationDescriptionLabor Classification(s)Fully Burdened Labor RateLabor Hours (Normal Duty)Labor Hours (After Duty)Total Cost Troubleshoot, repair, reconfigure, reprogram and restore all of the Schneider/Clipsal lighting systems installed at the Lee County VA Healthcare Clinic to optimal working condition. The contractor shall Contractor shall provide all labor, tools, equipment, materials, parts, transportation, services, and supervision required to perform to troubleshoot, repair, reconfigure, reprogram and restore the Clipsal Lighting System to optimal working order in accordance with the statement of work.4040 Total Cost Grand Total( CLINS 0001+0002+0003) QUOTE FORMAT AND EVALUATION CRITERIA 1.Offerors are requested to submit a price quotation in response to this RFQ. 2.Offerors are requested to submit their qualifications as a certified electrician in the State of Florida along with the qualifications showing that offeror is an authorized Clipsal service provider and installer. 3.The quotes will be evaluated on price. 4.Questions All questions regarding this RFQ must be in writing and may be sent by e?mail to matthew.lucas2@va.gov. Questions must be received no later than April 23, 2014 at 4:00 PM. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any Bay Pines VA Health Care System personnel to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. 5.Quote Submission Information a.Quotes shall be mailed or hand carried to: Department of Veterans Affairs Network Contracting Office 08 Attn: Matthew Lucas Room 314, Building 2 10,000 Bay Pines Blvd Bay Pines, FL 33744 b.Faxed or emailed quotes are not authorized and will not be accepted. Quotes may be put on a CD that is mailed or hand carried. The CD shall contain only documents in PDF format. 6.All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM/ 7.Quotes must be received on/or before the April 28, 2014 at 4:00 PM, to be considered for award. 8.Vendors shall provide a minimum acceptance period of 90 days after RFP closing for offers 9.Award The offeror's initial quote should contain the offeror's best terms from a price and technical standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. Place of Performance Address:Lee County VA Healthcare Center 2489 Diplomat Parkway East Cape Coral, FL Postal Code:33909 Country:UNITED STATES Period of Performance: The period of performance is expected to be 14 days from mobilization. This is a small business set aside RFQ for services as defined herein. The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Any questions or concerns regarding this RFQ should be forwarded in writing via e-mail to the Contract Specialist: Matthew Lucas Matthew.Lucas2@va.gov. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following RFQ provisions apply to this acquisition: FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" APR 2012 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Priced contract resulting from this RFQ. (End of Provision) Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Network Contracting Office 8 Cheryl Drak 10000 Bay Pines Blvd. Bldg 2 RM 315 Bay Pines FL 33744. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The following contract clauses apply to this acquisition: "FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" SEPT 2013 "FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" NOV 2013 "FAR 52.222-41 -- Service Contract Act of 1965 852.203-70Commercial Advertising (JAN 2008) 852.203-71Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.211-70Service Data Manuals (NOV 1984) 852.237-70Contractor Responsibilities (APR 1984) 852.246-70Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008) 852.273-72Electronic Submission of Payment requests GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. 52.246-4 -- Inspection of Services -- Fixed-Price (Aug. 1996) (a) Definition: "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may -- (1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) Reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may -- (1) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or (2) Terminate the contract for default. 52.228-5 Insurance -- Work on a Government Installation (Jan 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective -- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of Clause) 52.233-1 Disputes. Disputes (July 2002) (a) This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). (b) Except as provided in the Act, all disputes arising under or relating to this contract shall be resolved under this clause. (c) "Claim," as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $100,000 is not a claim under the Act until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim under the Act. The submission may be converted to a claim under the Act, by complying with the submission and certification requirements of this clause, if it is disputed either as to liability or amount or is not acted upon in a reasonable time. (d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer. (2)(i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of this clause when submitting any claim exceeding $100,000. (ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim. (iii) The certification shall state as follows: "I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor." (3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim. (e) For Contractor claims of $100,000 or less, the Contracting Officer must, if requested in writing by the Contractor, render a decision within 60 days of the request. For Contractor-certified claims over $100,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made. (f) The Contracting Officer's decision shall be final unless the Contractor appeals or files a suit as provided in the Act. (g) If the claim by the Contractor is submitted to the Contracting Officer or a claim by the Government is presented to the Contractor, the parties, by mutual consent, may agree to use alternative dispute resolution (ADR). If the Contractor refuses an offer for ADR, the Contractor shall inform the Contracting Officer, in writing, of the Contractor's specific reasons for rejecting the offer. (h) The Government shall pay interest on the amount found due and unpaid from (1) the date that the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would be due, if that date is later, until the date of payment. With regard to claims having defective certifications, as defined in FAR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury as provided in the Act, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during the pendency of the claim. (i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer. (End of clause) 52.237-1 -- Site Visit. Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984). The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. (End of Clause) VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. (End of Clause) Points of Contact Contracting Officer Name: Cheryl Drak Organization: NCO 8 Phone No.: 727-399-3319 E-Mail Address: Cheryl.drak@va.gov Contract Specialist Name: Matthew Lucas Organization: NCO 8 Phone No.: 727-399-3340 E-Mail Address: matthew.lucas2@va.gov Site Point of Contact Name: Scott Rogowski Name: 239-313-8994 Organization: Engineering Phone No.: 239-313-8994 E-Mail Address: scott.rogowski@va.gov Contractor Point of Contact Contractor Legal Business Name: TO BE DETERMINED DUNS: CAGE CODE: Contractor POC: E-Mail Address: Phone Number: Fax Number: Statement of Work 1.An authorized Clipsal service provider and installer to test and evaluate all of the Schneider/Clipsal lighting systems installed at the Lee County VA Healthcare Clinic with the objective of bringing the lighting systems into optimal working order. Contractor shall provide all labor, tools, equipment, materials, parts, transportation, services, and supervision required to perform these services. Within two days of the test and evaluation the offeror is to provide a quote to troubleshoot, repair, reconfigure, reprogram and restore all of the Schneider/Clipsal lighting systems installed at the Lee County VA Healthcare Clinic. This may require work to occur outside the normal duty hours of 7:30 AM to 4:00 PM. The firm fixed price quote shall contain a plan of action including a schedule in Microsoft Word format not to exceed two pages which describe the actions required to perform the services. The price portion of the proposal shall contain the labor categories, fully burdened labor rates (for both normal duty hours and after duty hours), actual labor hours and material to troubleshoot, repair, and reprogram all of the lighting systems installed at the facility. The quotation shall be submitted in MS Excel format. All formulas shall remain present in the spreadsheet for verification. The file size of each document shall not exceed 2MB. 2.Three hours of training to be provided by a Certified Clipsal Installer and authorized service provider. This training will be conducted for the VA Engineering Staff to include onsite system concept and unit configuration training on the Clinic's Clipsal system. A video may be recorded by VA staff for future site reference. The government upon evaluation and negotiation of the offeror's quote the government may choose to exercise option one by modification. The government reserves the right to exercise this option. Option One: Troubleshoot, repair, reconfigure, reprogram and restore all of the Schneider/Clipsal lighting systems installed at the Lee County VA Healthcare Clinic to optimal working condition. Contractor shall provide all labor, tools, equipment, materials, parts, transportation, services, and supervision required to perform these services in accordance with the statement of work. Work will begin with on the first floor and the fourth floor of the clinic. After problems are cleared on the first and fourth floors, the qualified personnel will troubleshoot, repair and reprogram the Clipsal lighting on the remaining floors. The contractor shall furnish effort including labor, material and facilities as may be required to perform repairs, programming and/or modifications to the systems. Work must be completed by a certified Clipsal installer(s). Work must also be done without nullifying the current warranty of the Clipsal system. All work to be coordinated with Scott Rogowski or assigned V.A. Engineering staff so that all work conducted on lighting system will not affect patient care or normal operations of the facility. All work shall be completed to meet all manufactures recommendations and National Electrical Code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24814Q0825/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-Q-0825 VA248-14-Q-0825_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1306407&FileName=VA248-14-Q-0825-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1306407&FileName=VA248-14-Q-0825-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-Q-0825 VA248-14-Q-0825_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1306407&FileName=VA248-14-Q-0825-000.docx)
- Place of Performance
- Address: Lee County VA Healthcare Center;2489 Diplomat Parkway East;Cape Coral, FL 33909
- Zip Code: 33909
- Zip Code: 33909
- Record
- SN03338122-W 20140416/140414234801-824132a0e26e3079ababe8d260bf38ba (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 |