DOCUMENT
J -- CONNECT MEDICAL AIR ALARMS - Attachment
- Notice Date
- 6/19/2015
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24915Q0577
- Response Due
- 6/24/2015
- Archive Date
- 8/23/2015
- Point of Contact
- SCHERONICA COCHRAN
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Solicitation number VA249-15-Q-0577 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is Small Business set-aside. The NAICS is 561621 and size standard is $20.5 million. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. Introduction: The government anticipates awarding a Firm Fixed Price award, lowest price technically acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements. To receive consideration as SDVOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Description of Services: The James H. Quillen VA Medical Center is requesting services to connect medical air alarms. See attached Statement of Work (SOW) for complete details. Period/Place of Performance: 6/26/2015 - 9/30/2015 James H. Quillen VAMC, Juncture of Lamont & Veterans Way, Mt. Home TN, 37684 Service Contract Act (SCA) Wage and Determination rules and regulations are applicable to this request and can be accessed at http://www.wdol.gov The following clauses and provisions apply to this solicitation: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.212-1, Instructions to Offerors-Commercial 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 Statues or Executive Orders-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.233-3, Protest after Award 852.203-70, Commercial Advertising 852.232-72 Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 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). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at www.arnnet.gov. Submission of Quote: The Offeror shall submit their quote on company letterhead and shall include unit price, total, unit quantity, terms of any express warranty, unit price, overall total price, applicable shipping charges 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. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. 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 shall provide past performance evidence. This assessment is based on the offeror's record of relevant and recent past performance information that pertains to services outlined in the solicitation requirements. The offeror shall provide evidence that all workers (engineers, technicians and helpers) must have certification/documentation as evidence of their degree of training and skills in order to perform the requirements in the solicitation. Certification/documentation must be submitted at the time of offer. All quotes received without this documentation will not be considered. All questions should be emailed to scheronica.cochran@va.gov, by Tuesday, June 23, 2015 by 9:00am CST. The subject line must specify VA249-15-Q-0577- Services to Connect Medical Air Alarms. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). 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 the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received by June 24, 2015 by 8:00am CST. Email your quote to scheronica.cochran@va.gov. The subject line must specify VA249-15-Q-0577-Services to Connect Medical Air Alarms. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. 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. STATEMENT OF WORK A.1 INTRODUCTION - Mountain Home VAMC is in need of a vendor to connect medical air alarms between the two air compressors in buildings 200/204 and two medical gas panel alarms located within the Emergency Department at the James H. Quillen VAMC, TN. A.2 BACKGROUND - Existing wires have been pulled in conduit between these locations. Connections will be required at junction boxes and between wiring and the two compressors to produce failure alarms in accordance with NFPA 99. A.3 SCOPE OF WORK - Contractor shall provide all services, labor and associated materials to facilitate as follows: 1. Connect medical air alarms between compressors and alarm panels. Work to be performed in steps below: a) Trace down existing wiring, making necessary connections in junction boxes to provide connectivity of required signals between the new medical air systems and alarm panels. b) Provide wiring and conduit for connecting existing wiring to compressors and alarms panels in compliance with National Electric Code. c) Connect separate alarms for high dew point and a medical air system malfunction (high CO, thermal shutdown, & lag compressor) and label both on each alarm panel d) Test and verify alarms are functioning in compliance with guidelines. 2. Vendor will perform work IAW all applicable regulations governing medical gas in healthcare facilities (NFPA 99) and National Electric Code. B.1 WORK REQUIREMENTS 1. Vendor will provide all parts, labor, travel, and shipping needed to complete this work C.1 SUPPORTING INFORMATION C.2 Place of Performance - James H Quillen VAMC, Buildings 200 and 204 Mt. Home, TN 37684 C.3 Period of Performance - June 26, 2015 - September 30, 2015. It is preferred that work be accomplished during the hours of 6:45 AM to 4:45 PM, Monday through Friday. C.4 Contractor Furnished Materials - All labor, parts, supplies and tools to complete the work identified C.5 Security Requirements -Per IT Checklist 6500.6 the C&A requirements do not apply and a Security Accreditation Package is not required. Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, sub-contractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor's employees shall return all I.D. badges to designated personnel at time designated in the task order. C.6 The Contracting Officer's Representative (COR) is responsible for the inspection of the work. The Contracting Officer's Representative will be identified by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.7 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.8 Parking/Traffic Regulations. Parking Permit Request form must be completed if required. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915Q0577/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-Q-0577 VA249-15-Q-0577.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2120411&FileName=VA249-15-Q-0577-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2120411&FileName=VA249-15-Q-0577-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-Q-0577 VA249-15-Q-0577.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2120411&FileName=VA249-15-Q-0577-000.docx)
- Record
- SN03770107-W 20150621/150619234558-fe4f6f7a92a63667adb781c6102835c6 (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 |