Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2015 FBO #5105
DOCUMENT

N -- Service contract to install new exhaust fan and duct to the outside of 3rd floor building C. - Attachment

Notice Date
11/13/2015
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
VA24716Q0085
 
Response Due
11/17/2015
 
Archive Date
1/16/2016
 
Point of Contact
GAIL.BARGAINEER2@VA.GOV
 
E-Mail Address
Gail.Bargaineer2@va.gov
(Gail.Bargaineer2@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Service contract to install new exhaust fan and duct to the outside of 3rd floor building C. (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA247-16-Q-0085 (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 07/02/15. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 7-SAO EAST intends to award a firm-fixed price service contract for provide services to install new exhaust fan and duct to the outside of 3rd floor building c.. (VI)Located at the Atlanta VA Medical Center, 1670 Clairmont Road, Decatur, GA 30033. (VII)The North American Industrial Classification System (NAICS) code for this procurement is 561210 with a small business size standard of $38,500,000.00 employees. This procurement is unrestricted to and for all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://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. (VIII)Questions concerning this solicitation shall be addressed to Gail Bargaineer, Contracting Specialist, and emailed to Gail.Bargaineer2@va.gov. All questions or inquires must be submitted no later than 11:00 AM Eastern Standard time on November 16, 2015. No phone calls will be accepted. (IX)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets the requirements of the SOW. Quotes are due by 1100AM Eastern Standard time on an November 17, 2015. 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 email to Gail.Bargaineer2@va.gov. (X)This combined solicitation/synopsis is for the purchase of the following commercial services: Schedule of Services CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICEAMOUNT 0001Provide services to install new exhaust fan and duct to the outside of 3rd floor building C. at the Atlanta VAMC per the statement of work (SOW). 1JB$$ TOTAL: $__________________________________ STATEMENT OF WORK (SOW) Service contract to install new exhaust fan and duct to the outside of 3rd floor building C, at the VAMC Atlanta, 1670 Clairmont Road, Decatur, GA 30033. A.GENERAL INFORMATION 1. Title of Project: Exhaust Fan 3rd Floor Installation 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The purpose of this project is to replace the current up blast exhaust fan EF121, which is a mushroom type, with an inline fan and duct it outside. 3. Background: The 3rd floor mechanical space was closed in for cold weather protection. EF 121 is exhausted in this area and therefore needs to be ducted outside. The current fan must be replaced with another type of in line fan in order to accomplish this. 4. Performance Period: This project shall be completed no later than 30 business days after the start date. 5. Type of Contract: This shall be firm fixed price contract. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the Contracting Officer has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, and together with associated sub milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. 2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall be responsible for the demolition and removal of the existing fan. The contractor shall install the in line fan as specified by the Atlanta VA Engineering Department. The fan shall be a Greenheck BSQ160HP-7 rated at 1.00 inch of static pressure. The contractor shall be responsible for any electrical work needed for installation. The contractor shall duct the exhaust side of the newly installed fan to the outside thru an existing grill on the west side of the 3rd floor. The contractor shall test the fan and areas the fan serves for proper operation. The contractor shall be responsible for labeling the fan EF121. The contractor shall insure the work area is clean and free of any debris after the job is complete. Task One: The Contractor shall provide a detailed work plan and briefing for the VA COR, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES: N/A F. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the Contracting Officer, including a firm commitment of when the work shall be completed. This notice to the Contracting Officer shall cite the reasons for the delay, and the impact on the overall project. The Contracting Officer will then review the facts and issue a response in accordance with applicable regulations. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. H. REPORTING REQUIREMENTS 1. The contractor shall provide the Contracting Officers Representative with daily written progress reports. This is due to the COR by the second workday. I. TRAVEL: N/A J. GOVERNMENT RESPONSIBILITIES: N/A K. CONTRACTOR EXPERIENCE REQUIREMENTS: Contractor shall have at least 10 years of experience in chiller maintenance. L. PERFORMANCE MEASURES Performance measures are comprised of performance indicators (some characteristic of a deliverable that can be measured) and performance measures (a mark, measure or benchmark that government personnel use as a point of comparison when evaluating contractor performance). The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these measures. The Performance Requirements Summary Matrix, listed below, includes performance measures. The Government shall use these measures to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). TaskIDPERFORMANCE IndicatorMEASURES StandardAcceptable Quality LevelMethod of SurveillanceDisincentive Delivery of Results 1Exhaust fan and associated ductwork installationWork to be complete within 15 working days of start date. 100%Contractors progress report Invoice shall be deducted 5% of the total amount if service doesn't meet the performance standard. Delivery of Results2Daily progress report to Engineering.Results reported at the end of each working day.100%Random inspection of work by Engineering. Invoice shall be deducted 5% of the total amount if service doesn't meet the performance standard. Delivery of Results3Adhears to VA HVAC design guide. At all times100%Random inspection of work by Engineering.Invoice shall be deducted 5% of the total amount if service doesn't meet the performance standard. M. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order. 2. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. N. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. 1.Position Sensitivity - The position sensitivity has been designated as Low Risk 2.Contractor Responsibilities a.The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. b.The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt. c.The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. d.Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. E. The contractor must agree to a background investigation of all personnel who will perform work on VA property. The contractor must agree to complete VA Privacy and Information Security Awareness Training online at www.tms.va.gov. Additionally, the contractor must adhere to and sign the VA Contractor Rules of Behavior (VA Handbook 6500.6, Appendix D). 3.Government Responsibilities A.The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. B.Upon receipt, the VA Office of Security and Law Enforcement will review the completed forms for accuracy and forward the forms to the office of Personnel Management (OPM) to conduct the background investigation. C.The VA Office of Security and Law Enforcement will notify the contracting officer and contractor adjudicating the results of the background investigations received from OMB. D.Upon being notified about a favorable determination, the contracting officer may issue a notice to proceed to the contractor. Attachment A Schedule of Deliverables Deliverable No. OneItem A detailed work plan and briefing for the VA project team Quantity Delivery Date Within _5__ calendar days after award Twoetc. N. BASIS OF AWARD OFFEROR'S QUALIFICATIONS: Award will be made to the lowest price technically acceptable offer. Technical acceptability will be based upon offerors' submitting sufficient evidence of adequate equipment, personnel and necessary experience to establish responsibility and integrity to meet the requirements of this contract. Any offeror, who does not have adequate experience, personnel and/or equipment, in the opinion of the Contracting Officer, will be rejected. To assist in this determination, offeror is required to furnish the following information: FACTOR A: Technical Capability - Describes an offerors overall ability to perform mechanical water pump and piping replacement as it relates to the following: Technical Capability "Describe the process you have in place to ensure the technicians maintain 95% accuracy in duct work installation. "Discuss your method used for installing duct work. "Provide detailed information that verifies staff adequacy to perform the contract. "Provide a list of technicians currently employed by your company who will be used in the performance of this contract. Quality Control Plan "Describe offeror's quality assurance program. "Describe the offeror's continuous quality improvement program. (a) Provide a list and summary of administrative and technical QA personnel, including position and credentials, office location, hours available and telephone numbers. (b) Provide a list and summary outlining the position and authority of all administrative and management personnel, including position and credentials, office location, hours available and telephone numbers. Management Plan / Key Personnel "Describe the qualifications of proposed key personnel, their responsibilities and their experience performing and managing transcription contracts with the Government. Experience "Describe your overall experience performing and managing piping jobs, and your process for hiring certified technicians. Include all professional certifications. "Describe your experience in the HVAC mechanical business, include number of years. "Describe offeror's experience in performing government contracts. "Describe any unique features or experience that differentiates your offeror from competitors. FACTOR B: Past Performance - Offerors will be evaluated on their ability to perform the contract successfully. Past performance evaluation will consider reliability of past performance information, source of information, and the relevance of information. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major elements of this solicitation. Provide documentary evidence that your company's primary business is HVAC and that your company has actually performed and provided HVAC service for the past three years. Failure to provide documentation that your company HVAC service as described above will render your proposal nonresponsive. Provide at least three references whereby you have provided the same or similar services, of the magnitude described in this solicitation, to include company name, point of contact, current telephone number, type of contract, and period of performance. For evaluation of the Past Performance Criteria, an adjectival rating for this evaluation factor will be used. The ratings focus on strengths and inadequacies of the offerors' Past Performance surveys. Past Performance/ shall be evaluated using the following adjectival ratings: 1. Past Performance Criteria: The ratings focus on the acceptability of the offeror's Past Performance surveys. Past Performance shall be evaluated using the following rating method: Past Performance Evaluation Criteria (Factor B) RatingDefinition Substantial ConfidenceBased on the Offeror's performance record essentially no doubt exists that the Offeror will successfully perform the required effort. The past performance record indicates that the Offeror successfully completed projects of essentially the same size and scope in the past. Significant ConfidenceBased on the Offeror's performance record, little doubt exists that the Offeror will successfully perform the required effort. The past performance record indicates that the Offeror successfully completed projects of similar size and scope in the past. Satisfactory ConfidenceBased on the Offeror's performance record, some doubt exists that the Offeror will successfully perform the required effort. The past performance record indicates that the Offeror completed projects of similar size and scope in the past but may have experienced minor difficulties on the way to completion. Little ConfidenceBased on the Offeror's performance record, substantial doubt exists that the Offeror will successfully perform the required effort. The past performance record indicates that the Offeror had difficulty completing projects of similar size and scope and may require Government oversight or intervention to perform the required effort. No ConfidenceBased on the Offeror's performance record, extreme doubt exists that the Offeror will successfully perform the required effort. The past performance record indicates that the Offeror struggled mightily or was unable to complete projects of similar size and scope in the past. Unknown/NeutralNo past performance record identifiable. Offeror must provide at least three (3) customers of reference which shall demonstrate relevant past performance. These references shall contain name, address of facility, contact name, phone number, dates of service, and contract number, if applicable. The experience shall be of similar size and scope. FACTOR C: Price - Defined as the all-inclusive unit and estimated total price to provide coding services for the VAMC. Price(s) shall be completed in Section B.2 Pricing Schedule. Technical and past performance, when combined, is significantly more important than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Award shall be based on the lowest price technically acceptable basis. Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for all non-cost/price factors. **ALL factors must be rated ACCEPTABLE to be considered for award. 1. Technical Factors: Contractor to submit copies of the documentation listed below in order to be determined responsive. "Offeror shall submit a Statement of Capabilities "Offeror shall submit Quality Control Plan "Offeror shall submit a Management Plan to include Key Personnel "Offeror shall submit a copy of professional certification Each factor will be scored as Acceptable or Unacceptable as defined below. Each quotation will be evaluated against the SOW and the stated evaluation criteria using the same "Lowest Price Technically Acceptable" evaluation standards. Acceptable ALL of the minimum acceptable criteria are clearly met by the proposal. The offeror's proposal meets the technical capability requirements defined in the SOW. NOTE: Once the proposals have been determined to be "technically acceptable," award will based on cost/price only. Unacceptable Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. Proposal fails to meet specified minimum technical capability requirements defined in the SOW. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. Technical Factors Offeror Technically Acceptable Offeror shall submit a Statement of Capabilities Offeror shall submit Quality Control Plan Offeror shall submit a Management Plan to include Key Personnel Offeror shall submit a copy of professional certifications M.CONTRACTOR ADMINISTRATION Contract Administration: Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The following individuals will be the Government's points of contact during the performance of this contract: 1. Contracting Officer:Maurice Ross Contract Specialist:Gail Bargaineer (g) Contracting Officer's Technical Representative (COR): To be designated at time of contract award. The COR shall be designated on the authority of the Contracting Officer at the time of contract award to monitor all technical aspects of the contract. In no event is the COR empowered to change any of the terms and conditions of the contract. Changes in any section of this contract shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR's authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify both the Contractor and the Contracting Officer of any deficiencies observed. A memorandum of designation shall be issued to the COR and a copy shall be sent to the Contractor at the time of contract award setting forth in full the responsibilities and limitations of the COR. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions 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 (APR 2014) Offeror shall provide a quote addressing all CLINS: 0001, 1001, 2001, 3001, and 4001. 52.212-2 Evaluation-Commercial Items (OCT 2014) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Certifications and & Representations (MAR 2015) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representative of Contracting Officers (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2015) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment -52.217-8Option to Extend Services- 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 60 days. (End of Clause) -52.222-3Convict Labor -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.222-21 Prohibition of Segregated Facilities -52.222-26 Equal Opportunity -52.222-35 Equal Opportunity for Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.222-41 Service Contract Labor Standards -52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for Award Management 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/VA24716Q0085/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-Q-0085 VA247-16-Q-0085.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2417325&FileName=VA247-16-Q-0085-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2417325&FileName=VA247-16-Q-0085-000.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: Atlanta VA Medical Center;1670 Clairmont Road;Decatur, GA
Zip Code: 30033
 
Record
SN03945393-W 20151115/151113234150-efb044d025661b7727c6256cc3364f68 (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.