DOCUMENT
J -- PM for Emergency Generator - Attachment
- Notice Date
- 9/20/2015
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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
- VA24915Q0828
- Response Due
- 9/24/2015
- Archive Date
- 11/23/2015
- Point of Contact
- SCHERONICA COCHRAN
- 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 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. This is a Service Disable Veterans Owned Small Business (SDVOSB) Set-Aside requirement. Only qualified offers may submit bids. Solicitation VA-249-15-Q-0828 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 811310 and size standard is $7.5M. 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 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. Service Contract Act (SCA) Wage and Determination rules and regulations are applicable to this request and can be accessed at http://www.wdol.gov In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov. Description of Services: This requirement is for the James H. Quillen VAMC. The Department of Veterans Affairs, Network Contracting Office located in Murfreesboro, Tennessee intends to issue a firm fixed priced option year contract. The contractor shall provide maintenance emergency generators at the James H. Quillen VAMC, in accordance with Statement of Work below. 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. 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 be a certified member of the associated air balance council (AABC). The offeror must 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 Scheronica.Cochran@va.gov no later than 2:00 PM CST, September 22, 2015. 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). All Quotes regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Scheronica.Cochran@va.gov no later than 10:00 AM CST, September 24, 2015. The subject line must specify VA-249-15-Q-0828 - Maintenance for Emergency Generators at the James H. Quillen VAMC. Quotes should be broken down as such: Base Year:10/01/2015 - 09/30/2016$ Option Year 1:10/01/2016 - 09/30/2017$ Option Year 2:10/01/2017 - 09/30/2018$ Option Year 3:10/01/2018 - 09/30/2019$ Option Year 4:10/01/2019 - 09/30/2020$ Base and All Option Years Total:$ Solicitation document and incorporated FAR and VAAR provisions and clauses apply to this acquisition: 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) 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting (Nov 2011) 52.232-19, Availability of Funds for the Next Fiscal Year (April 1984) 52.233-3, Protest after Award 52.222-3, Convict Labor 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 852.203-70, Commercial Advertising 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 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. 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915Q0828/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-Q-0828 VA249-15-Q-0828.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2328393&FileName=VA249-15-Q-0828-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2328393&FileName=VA249-15-Q-0828-000.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-0828 VA249-15-Q-0828.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2328393&FileName=VA249-15-Q-0828-000.docx)
- Record
- SN03895114-W 20150922/150920233342-30b8cf7615913b7489651ce05687616f (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 |