Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2014 FBO #4661
DOCUMENT

H -- Quarterly Isolation Room Air Balance Pressure Test - Attachment

Notice Date
8/27/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24614Q1179
 
Response Due
9/9/2014
 
Archive Date
12/17/2014
 
Point of Contact
Renardo Hollowell
 
E-Mail Address
6-6067<br
 
Small Business Set-Aside
N/A
 
Description
Request for Quote Solicitation Number VA246-14-Q-1179 Quarterly Isolation Room & Air Balance Pressure Testing Services for Asheville VAMC This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. Quotes shall reference VA246-14-Q-1179. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 dated August 25, 2014. The Network Contracting Office 6 - SAO East intends to award a firm-fixed-price contract for Quarterly Isolation Room & Air Balance Pressure Testing Services to be performed at Asheville VAMC, 1100 Tunnel Road, Asheville, NC 28805. The intent is to award a one-year contract with a performance period of October 1, 2014 through September 30, 2015. The North American Industrial Classification System (NAICS) code for this procurement is 541330-Engineering Services with a small business size standard of $14.0M dollars. This requirement is a 100% Small Business set-aside, and only qualified vendors may submit quotes. All offerors must be registered in the System for Award Management (SAM) at https://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. Questions concerning this solicitation shall be addressed to Renardo Hollowell, Contract Officer, and e-mailed to renardo.hollowell@va.gov. All questions or inquires must be submitted in writing no later than 1:00 p.m. Eastern Standard Time on September 3, 2014. No phone calls will be accepted. Any amendments to this RFQ will be posted on the Federal Business Opportunities website. The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price technically acceptable. Quotes are due by 1:00 PM Eastern Standard time on September 9, 2014. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via e-mail to Renardo.hollowell@va.gov. Offers shall propose prices for all of the following Contract Line Item Numbers: The Contractor will provide all transportation, material hardware and parts, tools, specialized equipment, labor, supervision and technical expertise to conduct Quarterly Isolation Room Air Balance Pressure Testing & Room Air Changes Services at the Asheville VAMC, located at 1100 Tunnel Road Asheville NC in accordance with the terms and conditions herein. Performance Period: October 1, 2014 through September 30, 2015 CLINDescriptionQty.UnitUnit PriceTotal Price 0001"Vendor will perform test (beginning October 2014) "Vendor will test seven (7) Operation Rooms (OR) "Vendor will test thirty-six (36) Isolation Rooms. "Vendor will verify room air changes. "Contractor will provide Test and Balance Report to include room air changes report. "Controls contractor will modulate controls as required for proper balance of outside air, static pressure set points etc. 4 QTR $____________ $___________ Total Contract Value: $ __________________ The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. Subpart 13.5 authorizes use of simplified procedures for the acquisition of supplies and services in amounts greater than the simplified acquisition threshold but not exceeding $6.5 million ($12 million for acquisitions as described in 13.500(e)), including options if the contracting officer reasonably expects, based on the nature of the supplies or services sought, and on market research, that offers will include only commercial items. Under this test program, contracting officers may use any simplified acquisition procedure in this part, subject to any specific dollar limitation applicable to the particular procedure. The purpose of this test program is to vest contracting officers with additional procedural discretion and flexibility, so that commercial item acquisitions in this dollar range may be solicited, offered, evaluated, and awarded in a simplified manner that maximizes efficiency and economy and minimizes burden and administrative costs for both the Government and industry (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b). 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a firm fixed priced contract on the basis of the lowest evaluated price of the proposals meeting or exceeding the technical acceptability standards resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, for nonprice factors. The following factors shall be used to evaluate offers: 1. The offeror shall submit a technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the Statement of Work (SOW). This may include product literature, or other documents, if necessary. 2. Past performance will be evaluated IAW FAR 9.104-1. The Government may obtain past performance information from any source and is not limited to the information provided by the contractor. a. Identify all federal, state, and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing or have been completed within the last three years List the following information for each contract: "Company Name and address "Description of services performed "Name, telephone number and e-mail address of responsible individuals who have first- hand knowledge of performance relative to the same type of services "Dates of contract performance "Contract type (e.g. fixed-price, cost reimbursable) and total contract value Failure to submit a complete proposal may result in the proposal being deemed technically unacceptable. FAR Clauses: 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 10 days of contract expiration. 52.252-2 Clauses Incorporated by Reference (FEB 1998) The contract incorporates one or more clauses by reference, with same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg//vaar/index.cfm (VAAR) 52.212-3 Alt I Certifications and & Representations (AUG 2013) 52.217-5Evaluation of Options (JUL 1990) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (SEP 2013) 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards (JUL 2013) -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment (AUG 2013) -52.219-27Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) -52.222-3Convict Labor (JUN 2003) -52.222-19 Child Labor - Cooperation with Authorities and Remedies(MAR 2012) -52.222-21 Prohibition of Segregated Facilities (FEB 1999) -52.222-26 Equal Opportunity (MAR 2007) -52.222-35 Equal Opportunity for Veterans (SEP 2010) -52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) -52.222-41Service Contract Act of 1965 (NOV 20007) This statement is for information only; it is not a wage determination. Employee Class: 30090 -Environmental Technician, $18.67 -52.222-43Fair Labor Standards Act and Service Contract Act-PriceAdjustment (Multiple Year and Option Contracts) (SEP 2009) -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving (AUG 2011) -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement (JUL 2013) 52.232-99Providing Accelerated Payment to Small Business Subcontractors (DEV) (AUG 2012) 852.237-70Contractor Responsibilities (APR 1984) VAAR Provisions: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representatives of Contracting Officers (JAN 2008) 852.273-74Award Without Exchanges (JAN 2003) Attachment: Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24614Q1179/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-14-Q-1179 VA246-14-Q-1179.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1600650&FileName=VA246-14-Q-1179-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1600650&FileName=VA246-14-Q-1179-000.docx

 
File Name: VA246-14-Q-1179 P09 STATEMENT OF WORK - SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1600651&FileName=VA246-14-Q-1179-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1600651&FileName=VA246-14-Q-1179-001.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: Department of Veteran Affairs Medical Center;1100 Tunnel Road;Asheville NC
Zip Code: 28805
 
Record
SN03483198-W 20140829/140828022512-cdd813ac6c96793b0677e80bc04b4f23 (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.