Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
DOCUMENT

J -- QUARTERLY INSPECTIONS AND MAINTENANCE ON AAON UNITS - Attachment

Notice Date
6/27/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0653
 
Response Due
7/14/2014
 
Archive Date
8/13/2014
 
Point of Contact
Matthew Cox
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6-streamlined procedures for commercial items, in conjunction with far subpart 13 and as supplemented with additional information included in this notice. This is a Total Service Disabled Veteran Owned Small Business Set-Aside requirement, only qualified offerors may submit bids. In accordance with VAAR 852.219-11, any SDVOSB/VOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) - upon submission of quote. Solicitation VA-249-14-Q-0564 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 811219 and size standard is $19.0M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. Contract Type: The government anticipates awarding a Firm Fixed Price base period of (12) months, plus four (4), twelve (12) month option year contract. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov. NOTE: To receive consideration as SDVOSB or VOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Description of Services: This requirement is for the VAMC Memphis. The Department of Veterans Affairs, Network Contracting Office located in Murfreesboro, Tennessee intends to issue a firm fixed priced base and four (4) option year contract The contractor shall provide service and maintenance which includes but not limited to: Unit 1 - Model # 57337 (SN# 200409-AMEP03330) and Unit 2 - Model # 57337 (SN# 200409-AMEP03329). Quarterly Preventive Maintenance and Inspections will be scheduled with the COR in accordance with Statement of Work below. The quote/proposal should be broken down as follows: Base Year10-01-2014 - 09-30-2015$ Option Year 1: 10-01-2015 - 09-30-2016$ Option Year 2: 10-01-2016 - 09-30-2017$ Option Year 3: 10-01-2017 - 09-30-2018$ Option Year 4: 10-01-2018 - 09-30-2019$ Total For Base & Option Years$ Quote Submission: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. All prospective bidders must include appropriate references which must include all applicable company information. In addition, the prospective bidders should provide all applicable certifications and copies of training certificates for servicing AAON units to perform the work required within the Statement of Work. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror should provide past performance evidence. Past performance will be evaluated on an "acceptable" or "unacceptable" basis using the ratings in the table below based on the answers to the above capabilities questionnaire. The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror's record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability "unknown" shall be considered "acceptable." All questions regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Matthew.Cox@va.gov no later than 8:00 AM CST, July 09, 2014. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Amendments to this Solicitation: Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on that website (www.fbo.gov). Quotes must be received July 14, 2014 by 8:00 AM CST. Email your quote to Matthew.Cox@va.gov. The subject line must specify VA-249-14-Q-0653 - Service for on AAON units for VAMC Memphis. Solicitation document and incorporated FAR and VAAR provisions and clauses apply to this acquisition: 52.204-9, Personnel Identity Verification of Contractor Personnel (Jan 2011) 52.212-1, Instructions to Offerors-Commercial 52.212-2, Evaluation-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.217-8, Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 852.203-70, Commercial Advertising (Jan 2008) 852.203-71, Display of Department of Veterans Affairs Hotline Poster (Dec 1992) 852.232-72, Electronic Submission of Payment Requests (Nov 2012) 852.237-70 Contractor Responsibilities (Apr 1984) SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer's liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: per occurrences. (c) Automobile liability: per person; per occurrence and property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 Vermont Avenue, N.W. Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management: Director, Office of Construction and Facilities Management 811 Vermont Avenue, N.W. Washington, DC 20420 DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. See Attached Statement of Work STATEMENT OF WORK 1.GENERAL REQUIREMENTS: The contractor shall provide all services, labor, travel, material, and equipment necessary to perform quarterly maintenance and inspections on AAON units on located in building 6 (telephone bldg.) RM-020-3-0-DB02-16Aeet located at the Department of Veterans Affairs Medical Center Memphis, 1030 Jefferson Avenue, Memphis, Tennessee 38104 to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. The AAON units are utilized to provide air conditioning for cooling in the telephone server building. 2.EQUIPMENT: ModelSerial Number Unit 1 - Model Number 57337200409-AMEP03330 Unit 2 - Model Number 57337200409-AMEP03329 3.SCOPE OF WORK: "The contractor/vendor shall perform quarterly maintenance and inspections according to industry standards. "The contractor/vendor shall ensure that only FULLY QUALIFIED TECHNICIANS be employed in the performance of any and all work performed under this contract. Upon request, the contractor shall provide training certificates (or notarized copies) to the VAMC Memphis Maintenance and Operation Supervisor or Contracting Officer's Representative (COR). "The highest standard of professional capability and workmanship is to be maintained throughout the life of this contract. "The contractor/vendor shall perform 4 quarterly maintenance and inspections for proper operation of all functions on both AAON units #1 and #2. "Provide (4) quarterly condenser coil cleanings including the drain pans on both units. Change the air filters quarterly which will be provided by the VA. The contractor/vendor will invoice upon completion of each inspection (4) times a year. "The contractor/vendor will start and test AAON units after cleaning and maintenance to ensure 100% operation. The contractor shall provide an estimate to the Maintenance and Operation Supervisor for any repairs needed and recommended maintenance not included. "The contractor/vendor shall provide the Maintenance and Operation Supervisor with a copy of the all work performed with detail information on the status of the job. "The contractor/vendor will invoice the VAMC Memphis, 1030 Jefferson, Memphis, TN, 38104, at the completion of each inspection and satisfactory tests. 4.SAFETY: The contractor/vendor shall at all times, ensure that all work provided complies with all local, State, Federal and OSHA rules and regulations pertaining to work place safety. The contractor shall take all proper safety and health precautions to protect the work, the workers, the public and the property. 5.LICENSES AND PERMITS: The contractor/vendor shall obtain all necessary licenses and permits "as applicable" in order to perform the requirements of the Statement of Work, and is responsible for complying with all Federal, State, and municipal laws, codes and regulations in connection with the performance of the indicated work. 6.DOCUMENTATION: The contractor or the contractor representative shall furnish to the VAMC Memphis Maintenance and Operation Supervisor or Contracting Officer's Representative (COR) legible hard copies of test results, certification certificates, and field service reports upon completion of all work. 7.PLACE OF PERFORMANCE: Memphis VA Medical Center; 1030 Jefferson Avenue; Memphis, TN 38104 8.PERIOD OF PERFORMANCE: 4 (four) times/quarterly a year Base Period: 10-01-2014 Thru09-30-2015 Option Year 110-01-2015Thru09-30-2016 Option Year 210-01-2016Thru09-30-2017 Option Year 310-01-2017Thru09-30-2018 Option Year 410-01-2018Thru09-30-2019 9.HOURS OF OPERATION: The contractor will perform services required during the hours of 8:00 am - 4:00 pm, Monday through Friday or as directed by the designated VAMC Memphis Point of Contact or Contracting Officer's Representative (COR) 10.U.S LEGAL HOLIDAYS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday. HOLIDAYDATE New Year's Day Jan 1 Martin Luther King's Birthday3rd Monday in Jan President's Day3rd Monday in Feb Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in Nov Christmas DayDec 25 11.SECURITY/ IDENTIFICATION: The contractor's employees shall check in and out with the VA Police obtain visitor identification each day. Employees must have a valid state or government identification. All contractor/vendor personnel shall display a VAMC Memphis issued identification badge while performing work on any VAMC property. Smoking is not prohibited on property except in designated areas. Possession of weapons is prohibited (in vehicle or on person). Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in citation answerable in the United States (Federal) District Court. Contractor employees (crew) when on VAMC Memphis grounds; shall not bring visitors into the facility; shall not bring into the facility, any form of weapons or contraband; shall not bring in any alcohol or drugs or be under the influence of alcohol/drugs; shall conduct themselves in a professional and polite manner at all times; shall not cause any disturbances in the facility, are subject to all the rules and regulations of the VAMC Memphis. Contractor personnel shall present a neat appearance and be easily recognized. Contractor shall furnish and require every on-site company employee to wear a company shirt and safety shoes. All company workers while on duty shall be identified by uniform shirt or blouse indicating the company logo. The print should be large enough to be easily read. In addition all company staff assigned to work at the VAMC Memphis. 12. SITE REGULATIONS: All work shall be performed in accordance with VAMC Memphis rules & regulations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0653/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0653 VA249-14-Q-0653.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1461896&FileName=VA249-14-Q-0653-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1461896&FileName=VA249-14-Q-0653-000.docx

 
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: Memphis VA Medical Center;1030 Jefferson Avenue;Memphis, TN
Zip Code: 38104
 
Record
SN03408617-W 20140629/140627234527-b227c424928d22f1317ff2a355607e36 (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.