Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2014 FBO #4646
DOCUMENT

N -- New Action: Circuit Breaker Replacement Project - Attachment

Notice Date
8/12/2014
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Office of Acquisition Operations;Technology Acquisition Center - Austin;1701 Directors Blvd, Suite 600;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
VA118A14Q0195
 
Response Due
8/14/2014
 
Archive Date
10/13/2014
 
Point of Contact
Brian G Cox
 
E-Mail Address
1-4451<br
 
Small Business Set-Aside
N/A
 
Description
This procedure combines the synopsis required by Federal Acquisition Regulation (FAR) 5.203 and the issuance of the solicitation into a single document; Standard form 1449 is not being used for this solicitation. The Test Program for Commercial Items applies to this solicitation/contract (FAR) 13.5. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote Number (RFQ) is VA118A-14-Q-0195 and is issued as a RFQ, unless otherwise indicated herein. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74, July 1, 2014. The North American Industry Classification System (NAICS) code for this acquisition is 238210 with a small business size standard under this NAICS is $14M. This requirement is solicited as TOTAL SMALL BUSINESS SET- ASIDE and only qualified vendors may submit quotes. Price/Cost Schedule Item Information: Item NumberDESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT PRICEAMOUNT 0001PROJECT MANAGEMENT The contractor shall deliver project management services in accordance with the attached Performance Work Statement (PWS), entitled, "Performance Work Statement Circuit Breaker Replacement," Dated July 23, 2014, Version Number 1.1 incorporated as Attachment #1, Circuit Breaker Pictures incorporated as Attachment #2, and the Wage Determination date 7/28/2014, incorporated as Attachment #3. Purchase Order Number: To Be Determined (TBD) Freight on Board (FOB): Destination Inspection: Destination Acceptance: Destination POP Begin: TBD POP End: 18 weeks after award1JB$$ 0001AProject Management Report The contractor shall deliver a project management report within 10 days after award, and updated as necessary.1JBNot Separately Priced (NSP)NSP 0001BWeekly Progress Report The contractor shall deliver a weekly progress report.18EANSPNSP 0002SWITCHBOARD/SWITCHGEAR MODIFICATION DRAWINGS The contractor shall deliver switchboard/switchgear modification drawings in accordance with the attached PWS, entitled, "Performance Work Statement Circuit Breaker Replacement," Dated March 24, 2014, Version Number 1.1 incorporated as Attachment #1, Circuit Breaker Pictures incorporated as Attachment #2, and the Wage Determination date 7/28/2014, incorporated as Attachment #3 Purchase Order Number: TBD Free on Board (FOB): Destination Inspection: Destination Acceptance: Destination POP Begin: TBD POP End: 18 weeks after award1EA$$ 0002ASwitchboard/switchgear modification drawings The contractor shall deliver switchboard/switchgear modification drawings within 10 weeks after award, and updated as necessary.1JBNSPNSP 0002BNameplate Information The contractor shall deliver nameplate information within 10 weeks after award.1JBNSPNSP 0002CApproved AutoCAD Drawings The contractor shall deliver approved AutoCAD drawings within 10 weeks after award.1JBNSPNSP 0004TESTING, INSTALLATION SERVICES, AND ACCEPTANCE: The contractor shall perform testing installation and acceptance services in accordance with the attached PWS, entitled, "Performance Work Statement Circuit Breaker Replacement," Dated March 24, 2014, Version Number 1.1 incorporated as Attachment #1, Circuit Breaker Pictures incorporated as Attachment #2, and the Wage Determination date 7/28/2014, incorporated as Attachment #3. Purchase Order Number: TBD Free on Board (FOB): Destination Inspection: Destination Acceptance: Destination POP Begin: TBD POP End: 18 weeks after award1JOB$$ 0003ATesting The contractor shall deliver certified test reports within 8 weeks after Contract Line Item Number (CLIN) 0002 is complete.1JBNSPNSP 0003BInstallation - Books The contractor shall deliver instruction books 8 weeks after CLIN 0002 is complete.1JBNSPNSP 0003CInstallation - Parts The contractor shall deliver complete parts list and recommended spare parts list within 8 weeks after CLIN 0002 is complete.1JBNSPNSP 0003DAcceptance The contractor shall deliver a final acceptance certificate within upon completion of all services.1JBNSPNSP Total:$ ? FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-1 - Instructions to Offerors-Commercial Items applies to this solicitation. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR NumberTitleDate 52.225-25Prohibition on Contracting with Entities Engaging In Certain Activities or Transactions Relating To Iran--Representation And CertificationsDec 2012 52.237-1Site VisitApr 1984 FAR 52.212-1 applies to this solicitation. ALL QUOTES ARE DUE BY 5:00 PM CENTRAL TIME ON August 14, 2014. Quotes shall be delivered to the following individual: Contract Specialist Brian Cox 1701 Directors Blvd Suite 600 Austin, TX 78744 brian.cox3@va.gov ON-SITE VISIT In accordance with 52.237-1 Site Visit, the Vendor may review the job site. On-Site Visit shall be arranged by appointment only. All site visits shall occur on July 30, 2014, from 9am-12pm central standard time (CST). **Please email Contract Specialist Brian Cox to reserve an appointment by July 29, 2014, at 11:59am (CST).** QUESTIONS REGARDING THIS SOLICITATION Please submit questions regarding this Request for Proposal (RFQ) in writing after the required onsite visit by 5:00 PM (Central Time) on August 1, 2014. A copy of all questions and their respective answers will be made available to all potential respondents. An amendment to the solicitation will be issued if changes are needed as a result of the questions. If a potential respondent believes that the requirements in these instructions contain an error or omission, the potential respondent shall immediately notify the contracting officer, in writing, with supporting rationale. Written questions shall be submitted via e-mail at Brian.cox3@va.gov. AMENDMENT OF SOLICITATION PRIOR TO RESPONSE DUE DATE The Government reserves the right to amend the solicitation prior to the closing time for receipt of quotations by issuance of formal amendment(s) (Standard Form 30) to this RFQ. If such amendments require material changes, the closing date may be postponed by enough days to enable respondents to revise their quotations. In such cases, the amendment will include an announcement of the new quotation closing date and Time QUOTATION SUBMISSION A. INTRODUCTION 1. INTRODUCTION The Offeror's quote shall be submitted electronically by the date and time indicated in the solicitation via email Brian.Cox3@va.gov in the files set forth below. The Offeror's quote shall consist of four (4) volumes. The Volumes are I -Technical, II - Past Performance, III - Price, and IV - Solicitation, Offer and Award Documents. The use of hyperlinks or embedded attachments in quotes is prohibited. Offerors are encouraged to register for the Vendor Portal in order to ensure timely transmission of their quotes to the Government. WARNING: Please do not wait until the last minute to submit your quotes! Late quotes will not be accepted for evaluation. To avoid submission of late quotes, we recommend the transmission of your quote file 24 hours prior to the required quote due date and time. Please be advised that timeliness is determined by the date and time an Offeror's quote is received by the Government not when an Offeror attempted transmission. Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission. 2. QUOTE FILES. Offeror's responses shall be submitted in accordance with the following instructions: a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quote page limitations are applicable to this procurement. The Table below indicates the maximum page count (when applicable) for each volume of the Offeror's quote. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1") each. Font size shall be no smaller than 11-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated in the specific volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. b. File Packaging. All of the quote files may be compressed (zipped) into one file entitled "quote.zip" using WinZip version 6.2 or later version or the quote files may be submitted individually. c. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. The titles and page limits requirements for each file are shown in the Table below: Volume NumberFactorFile NamePage Limitations* *Volume ITechnicalTech.pdf15 pages Volume IIPast PerformancePast Perf.pdf15 pages Volume IIIPricePrice.xlsNone Volume IVSolicitation, Offer & Award Documents, Certifications & RepresentationsOfrRep.pdfNone *A Cover Page, Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that any and all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror's quote will not be evaluated by the Government. (i) VOLUME I - TECHNICAL FACTOR. Offerors shall propose a detailed approach that addresses the following: Understanding and Compliance with Requirements in Attachment #1 PWS Circuit Breakers Replacement: "The contractor's shall provide a written description to demonstrate its understanding of the work to be performed, the "technical capabilities for performing the work, and "the proposed approach to accomplishing the requirements of the contract, and "List of equipment and supplies required to meet the requirements of the PWS, including the manufacturer name, part number, minimum and additional features, and "Specify if the quote includes the removal of existing Government equipment (an associated credit shall be provided in the quote price); Soundness of Approach: "The quote must clearly indicate that the contractor has performed adequate planning to accomplish the tasks. "Include a complete project management plan (PMP) to accomplish each requirement including subcontracting, as defined in the PWS. Program Management Controls/Management and Experience/Key Personnel: "Furnish an organization chart showing lines of authority, responsibility; and communication for management, supervisory, and technical personnel associated with the PWS. "Indicate the job categories that will be accomplishing the work. "Provide experience information for the proposed key personnel being offered, both supervisory, technical, and field. Provide certification information for each technician. (ii) VOLUME II - PAST PERFORMANCE FACTOR Offerors shall submit a list of all contracts (including Federal, State, and local government and private) (prime contracts, task/delivery orders, and/or major subcontracts) in performance at any point during the three (3) years immediately prior to the quote submission date, which are relevant to the efforts required by this solicitation. Areas of relevance include the installation services of high voltage electrical breakers, panels, and support components. Data concerning the prime contractor shall be provided first, followed by each proposed major subcontractor, in alphabetical order. This volume shall be organized into the following sections: (1) Section 1 - Contract Descriptions. This section shall include the following information: (a) Contractor/Subcontractor place of performance, CAGE Code and DUNS Number. If the work was performed as a subcontractor, also provide the name of the prime contractor and Point of Contact (POC) within the prime contractor organization (name, and current address, e-mail address, and telephone and fax numbers). (b) Contracting activity, and current address, Procuring Contracting Officer's name, e-mail address, telephone and fax numbers. (c) Technical representative/Contracting Officer's Representative (COR), and current e-mail address, telephone and fax numbers. (d) Contract administration activity and the Administrative Contracting Officer's name, and current e-mail address, telephone and fax numbers. (e) Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Delivery Order Numbers also. (f) Contract Type (specific type such as Fixed Price (FP), Cost Reimbursement (CR), Time & Materials (T&M), etc.) In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc). (g) Awarded price. (h) Final or projected final price. (i) Original delivery schedule, including dates of start and completion of work. (j) Final or projected final, delivery schedule, including dates of start and completion of work. (2) Section 2 - Performance. Offerors shall provide a specific narrative explanation of each contract listed in Section 1 (page 10) describing the objectives achieved and detailing how the effort is relevant to the requirements of this solicitation. For any contract(s)/task order(s) that did not/do not meet original schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcoming(s) and any corrective action(s) taken to avoid recurrence. The Offerors shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. The Offerors shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. (3) Section 3 - Subcontracts. Offerors shall provide an outline of how the effort required by the solicitation will be assigned for performance within the Offeror's corporate entity and among the proposed subcontractors. The information provided for the prime Offeror and each proposed major subcontractor must include the entire company name, company address, CAGE Code, DUNS Number and type of work to be performed by citing the applicable Government PWS paragraph number. (4) Section 4 - New Corporate Entities. New corporate entities may submit data on prior contracts involving its officers and employees. However, in addition to the other requirements in this section, the Offeror shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above. (iii) VOLUME III- PRICE The Offeror shall complete the Schedule of Supplies/Services of the solicitation. In addition, the Offeror shall provide a breakdown of each Contract Line Item to include labor categories, rates, and number of hours, or a list of equipment with pricing for each item. The breakdown shall align with the technical quote and performance work statement requirements. The Government will evaluate offers by adding the total of all line item prices. The Total Evaluated Price will be that sum. Price Rounding Issue - The Government requires Offerors to propose unit prices and total prices that are two (2) decimal places and requires the unit prices and total prices to be displayed as two (2) decimal places. Ensure that the two (2) digit unit price multiplied by the item quantity equals the two (2) digit total item price (there should be no rounding). The Offerors shall ensure that the actual values in the spreadsheet cells are no more than two (2) decimal places even if values in the spreadsheet cells are formatted to display two (2) decimal places.} (iv) VOLUME IV - SOLICITATION, OFFER AND AWARD DOCUMENTS AND CERTIFICATIONS/REPRESENTATIONS. Certifications and Representations - An authorized official of the firm shall sign the SF 1449/SF 33 and all certifications requiring original signature. An Acrobat PDF file shall be created to capture the signatures for submission. This Volume shall contain the following: a.Solicitation Section A - Standard Form SF1449 and Acknowledgement of Amendments, if any. b.Any proposed terms and conditions and/or assumptions upon which the quote is predicated. Offerors are hereby advised that any Offeror-imposed terms and conditions and/or assumptions which deviate from the Government's material terms and conditions established by the Solicitation, may render the Offeror's quote Unacceptable, and thus ineligible for award. (END OF ADDENDUM) ? FAR 52.212-2, Evaluation -- Commercial Items: FAR 52.212-2 applies to this solicitation. A. BASIS FOR AWARD Any award will be made based on the best overall best value quote that is determined to be the most beneficial to the Government, with appropriate consideration given to the three following evaluation Factors: Technical, Past Performance, and Price will be used. The Technical Factor is slightly more important than the Past Performance Factor, which is significantly more important than the Price. Together, both Technical and Past Performance are significantly more important than Price. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the Technical Factor. Offerors are cautioned that the award may not necessarily be made to the lowest Price offered or the most highly rated technical quote. The Government intends to award one firm-fixed priced contract. B. FACTORS TO BE EVALUATED 1. TECHNICAL 2. PAST PERFORMANCE 3. PRICE C. EVALUATION APPROACH - All quotes shall be subject to evaluation by a team of Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Offerors who fail to meet the minimum requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation/contract. In addition, the following clauses are included as an addendum to 52.212-4: The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ or http://farsite.hill.af.mil. FAR 52.203-3 - Gratuities FAR 52.204-9 - Personal Identity Verification of Contractor Personnel FAR 52.209-5 - Certification Regarding Responsibility Matters FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-2 - Evaluation-Commercial Items FAR 52.212-3 - Alt I - Offeror Representations and Certifications -Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 - Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.216-1 Type of Contract - Firm Fixed Price FAR 52.219-1 - Alt I - Small Business Program Representations FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-25 - Affirmative Action Compliance FAR 52.222-50 - Combat Trafficking Persons FAR 52.227-1 - Authorization and Consent FAR 52.227-2 - Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227-14 Rights in Data - General Alt. IV FAR 52.227-16 Additional Data Requirements FAR 52.228-5 Insurance - Work on a Government Installation and there shall be no exclusionary clauses added to this contract for any asbestos related work that would void the required General Liability insurance. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.246-16 - Responsibility for Supplies FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference VAAR 852.203-70 - Commercial Advertising VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.215-71 Evaluation Factors Commitments VAAR 852.233-70 Protest Content/Alternative Dispute Resolution VAAR 852.211-72 Technical Industry Standards VAAR 852.233-71 - Alternate Protest Procedure VAAR 852.232-72 - Electronic Submission of Payment Requests VAAR 852.237-70 - Contractor Responsibilities VAAR 852.270-1 - Representatives of Contracting Officers 52.222-42 -- Statement of Equivalent Rates for Federal Hires Employee ClassMonetary Wage -- Fringe Benefits 23160 - Electrician, Maintenance$20.58 (End of Clause) (END OF ADDENDUM) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a), the following clauses in paragraph (b):, 52.204-10, 52.209-5, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, and following clauses in paragraph (c): 52.222-40, 52.222-41, 52.222-44, 52.223-18, applies to this solicitation/contract. CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS See attached document: Attachment #1 PWS AITC Circuit Breaker Replacement Project. See attached document: Attachment #2 PWS AITC Circuit Breaker Replacement Project Pictures. See attached document: Attachment #3 Wage Determination Dated 7-28-14.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3c85577ef25f9b0bd0878e262ced2a1)
 
Document(s)
Attachment
 
File Name: VA118A-14-Q-0195 A00004 VA118A-14-Q-0195 A00004_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1568685&FileName=VA118A-14-Q-0195-A00004000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1568685&FileName=VA118A-14-Q-0195-A00004000.docx

 
File Name: VA118A-14-Q-0195 A00004 VA118A-14-Q-0195 A00004 executed.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1568687&FileName=VA118A-14-Q-0195-A00004001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1568687&FileName=VA118A-14-Q-0195-A00004001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03461744-W 20140814/140813022248-c3c85577ef25f9b0bd0878e262ced2a1 (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.