DOCUMENT
J -- (S) 575 Chiller Maintenance - Attachment
- Notice Date
- 4/1/2016
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25916R0141
- Response Due
- 4/11/2016
- Archive Date
- 7/19/2016
- Point of Contact
- Robert Woolfolk
- E-Mail Address
-
.woolfolk3@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation VA259-16-R-0141 is issued as a request for proposal (RFP). The VISN 19 Rocky Mountain Acquisition Center, NCO 19, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the VA Grand Junction Health Care System, Denver, CO 81501, has a requirement for the following services: preventive maintenance, service, service inspections, and operational check on three (3) chillers and two (2) cooling towers located in the boiler/chiller plant (building 9) of the Grand Junction Veterans Health Care System. This procurement will be a full and open competition. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87, effective 7 Mar 2016. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation in accordance with FAR 52.216-1. This award shall be made via Lowest Price Technically Acceptable (LPTA). No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable via email. Below is a list of the contract line item numbers, quantities and units of measure including options. This contract will be effective for a base period of one year with the option to extend the contract for four (4) additional one-year periods for a total of five (5) years from the date of award. BASE YEAR: April 25, 2016 - April 24, 2017 CLINDESCRIPTIONUNITEST.QUANTSUNIT COSTTOTAL COST 0001Service for Trane Water-Cooled Optimus, S/N: U06C06729. Requires annual inspection (Service 1) and semi-annual inspection (Service 2) in accordance with Statement of WorkJOB1$__________$__________ 0002Service for Arctic Air Water-Cooled Optimus, S/N: AC1310233. Requires annual inspection (Service 1) and semi-annual inspection (Service 2) in accordance with Statement of WorkJOB1$__________$__________ 0003Service for Marley Cooling Tower, S/N: 21323. Requires annual inspection (Service 3) and mid-season running inspection (Service 4) in accordance with Statement of WorkJOB1$__________$__________ 0004Service for Marley Cooling Tower, S/N: 21323A. Requires annual inspection (Service 3) and mid-season running inspection (Service 4) in accordance with Statement of Work Service 3 and 4 in accordance with Statement of WorkJOB1$__________$__________ 0005Service for York Absorption Liquid Chiller, S/N: GNGM603430. Requires annual absorption inspection (Service 5) and semi-annual absorption inspection (Service 6) accordance with Statement of WorkJOB1$__________$__________ TOTAL COST ALL ITEMS, BASE YEAR: $__________________________________ OPTION YEAR I: April 25, 2017 - April 24, 2018 CLINDESCRIPTIONUNITEST.QUANTSUNIT COSTTOTAL COST 1001Service for Trane Water-Cooled Optimus, S/N: U06C06729. Requires annual inspection (Service 1) and semi-annual inspection (Service 2) in accordance with Statement of WorkJOB1$__________$__________ 1002Service for Arctic Air Water-Cooled Optimus, S/N: AC1310233. Requires annual inspection (Service 1) and semi-annual inspection (Service 2) in accordance with Statement of WorkJOB1$__________$__________ 1003Service for Marley Cooling Tower, S/N: 21323. Requires annual inspection (Service 3) and mid-season running inspection (Service 4) in accordance with Statement of WorkJOB1$__________$__________ 1004Service for Marley Cooling Tower, S/N: 21323A. Requires annual inspection (Service 3) and mid-season running inspection (Service 4) in accordance with Statement of Work Service 3 and 4 in accordance with Statement of WorkJOB1$__________$__________ 1005Service for York Absorption Liquid Chiller, S/N: GNGM603430. Requires annual absorption inspection (Service 5) and semi-annual absorption inspection (Service 6) accordance with Statement of WorkJOB1$__________$__________ TOTAL COST ALL ITEMS, OPTION YEAR I: $__________________________________ OPTION YEAR II: April 25, 2018 - April 24, 2019 CLINDESCRIPTIONUNITEST.QUANTSUNIT COSTTOTAL COST 2001Service for Trane Water-Cooled Optimus, S/N: U06C06729. Requires annual inspection (Service 1) and semi-annual inspection (Service 2) in accordance with Statement of WorkJOB1$__________$__________ 2002Service for Arctic Air Water-Cooled Optimus, S/N: AC1310233. Requires annual inspection (Service 1) and semi-annual inspection (Service 2) in accordance with Statement of WorkJOB1$__________$__________ 2003Service for Marley Cooling Tower, S/N: 21323. Requires annual inspection (Service 3) and mid-season running inspection (Service 4) in accordance with Statement of WorkJOB1$__________$__________ 2004Service for Marley Cooling Tower, S/N: 21323A. Requires annual inspection (Service 3) and mid-season running inspection (Service 4) in accordance with Statement of Work Service 3 and 4 in accordance with Statement of WorkJOB1$__________$__________ 2005Service for York Absorption Liquid Chiller, S/N: GNGM603430. Requires annual absorption inspection (Service 5) and semi-annual absorption inspection (Service 6) accordance with Statement of WorkJOB1$__________$__________ TOTAL COST ALL ITEMS, OPTION YEAR II: $__________________________________ ? OPTION YEAR III: April 15, 2019 - April 14, 2020 CLINDESCRIPTIONUNITEST.QUANTSUNIT COSTTOTAL COST 3001Service for Trane Water-Cooled Optimus, S/N: U06C06729. Requires annual inspection (Service 1) and semi-annual inspection (Service 2) in accordance with Statement of WorkJOB1$__________$__________ 3002Service for Arctic Air Water-Cooled Optimus, S/N: AC1310233. Requires annual inspection (Service 1) and semi-annual inspection (Service 2) in accordance with Statement of WorkJOB1$__________$__________ 3003Service for Marley Cooling Tower, S/N: 21323. Requires annual inspection (Service 3) and mid-season running inspection (Service 4) in accordance with Statement of WorkJOB1$__________$__________ 3004Service for Marley Cooling Tower, S/N: 21323A. Requires annual inspection (Service 3) and mid-season running inspection (Service 4) in accordance with Statement of Work Service 3 and 4 in accordance with Statement of WorkJOB1$__________$__________ 3005Service for York Absorption Liquid Chiller, S/N: GNGM603430. Requires annual absorption inspection (Service 5) and semi-annual absorption inspection (Service 6) accordance with Statement of WorkJOB1$__________$__________ TOTAL COST ALL ITEMS, OPTION YEAR III: $__________________________________ ? OPTION YEAR IV: April 15, 2020 - April 14, 2021 CLINDESCRIPTIONUNITEST.QUANTSUNIT COSTTOTAL COST 4001Service for Trane Water-Cooled Optimus, S/N: U06C06729. Requires annual inspection (Service 1) and semi-annual inspection (Service 2) in accordance with Statement of WorkJOB1$__________$__________ 4002Service for Arctic Air Water-Cooled Optimus, S/N: AC1310233. Requires annual inspection (Service 1) and semi-annual inspection (Service 2) in accordance with Statement of WorkJOB1$__________$__________ 4003Service for Marley Cooling Tower, S/N: 21323. Requires annual inspection (Service 3) and mid-season running inspection (Service 4) in accordance with Statement of WorkJOB1$__________$__________ 4004Service for Marley Cooling Tower, S/N: 21323A. Requires annual inspection (Service 3) and mid-season running inspection (Service 4) in accordance with Statement of Work Service 3 and 4 in accordance with Statement of WorkJOB1$__________$__________ 4005Service for York Absorption Liquid Chiller, S/N: GNGM603430. Requires annual absorption inspection (Service 5) and semi-annual absorption inspection (Service 6) accordance with Statement of WorkJOB1$__________$__________ TOTAL COST ALL ITEMS, OPTION YEAR IV: $__________________________________ TOTAL COST ALL ITEMS, BASE YEAR PLUS FOUR OPTION YEARS $_______________________________ VA Grand Junction Health Care System Preventive Maintenance, Service, Inspections and Operational Check for Chillers and Cooling Towers Contractor shall supply all equipment, tools, supplies, and labor necessary to provide preventive maintenance, service, service inspections, and operational check on three (3) chillers and two (2) cooling towers located in the boiler/chiller plant (building 9) of the Grand Junction Veterans Health Care System. All chiller and cooling tower information is listed below. Contractor shall coordinate all maintenance, service, inspections, and operational check with the Maintenance and Operations Foreman during normal working hours. (7:00 AM - 3:30 PM Monday - Friday). Contractor shall provide phone response to emergency calls within one (1) hour of receiving call and a two (2) hour response time (technician on site) for all emergency calls 24/7. VAMC will determine what calls they consider emergency and will notify the call service as such. Contractor shall perform a minimum of two (2) visits per year to ensure accomplishment of all required preventive maintenance, service, and service inspections as defined below. Contractor shall provide detailed preventative maintenance reports, service reports, inspection reports, and chemical analysis reports within seventy two (72) hours of completion of these services. Contractor shall follow all VA Medical Center requirements concerning lockout/tagout procedures as required and hazardous waste removal and disposal requirements. Contractor shall remove and dispose of any equipment and materials that they or their subcontractors remove from service and will no longer be needed after ensuring with the designated point of contact that the facility does not want to retain it. All trash will be removed daily and all areas that work was conducted in will be placed back to the same condition as it was prior to work being performed. *Older chillers may be changed out throughout the duration of the contract. This contract will cover the replacement chiller as if it were the original. Scope of Services: "One Annual and One Semi-Annual inspection for the Equipment Listed "Annual Condenser Tube Brushing on Trane and Artic Cool Chillers "Annual Oil Analysis on Trane and Artic Cool Chillers (with Written Reports) "Annual Condenser and Evaporator Tube Brushing on York Absorber Chiller "Annual Lithium Bromide Analysis on York Absorber Chiller (with Written Reports) Exclude: Belt replacement for cooling towers and any repairs needed. Equipment CoveredQtyManufacturerModel NumberSerial NumberInspection Water-Cooled Optimus1TraneRTHDUC1FXGU06C067291 & 2 Water-Cooled Optimus1Arctic AirACW300BT40 AC13102331 & 2 Cooling Tower1Marley25619Y213233 & 4 Cooling Tower1Marley25619Y21313A3 & 4 Absorption Liquid Chiller1YorkST-14SC-46GNGM6034305 & 6 Service 1: Water Cooled Rotary Annual Inspection Description "Customer Notification "Initial Site Inspection "Review Diagnostics "Lock Out Tag Out (Standard) "Oil Level Check (Screw Machines) Per Circuit "Compressor And Oil Separator Heater Check "Oil Analysis Per Circuit "Flow/Differential Mechanical Switch Check "Leak Test Inspection "Low Temperature Sensor Calibration "Control Panel Electrical Inspection - "Condenser Tube Brushing Including Head Removal "Compressor Check (Heli Rotor Compressors) "Tech view/Kestrel View Connection "Run Service Report From Kestrel View "Tech view/Kestrel View Disconnection Service 2: Water Cooled Rotary Semi-Annual Inspection Description "Initial Site Inspection "Review Diagnostics "Tech view/Kestrel View Connection "Run Service Report From Kestrel View "Tech view/Kestrel View Disconnection "Verify full refrigerant circuit(s). Check sight glasses, if applicable "Verify full water system "Verify Line Voltage "Control Panel Electrical Inspection - "Check Crank Case Heater Operation "Flow Switch Check "Run Circuit and Check Oil Pressure Drop "Verify Proper Operation Service 3: Annual Cooling Tower Inspection Description "Report in with Customer Representative. Review customer reports with the customer for operational problems and trends "Disassemble all screens and access panels for inspection. "Inspect the conditions of the slats, if applicable. Inspect the condition of the tower fill. "Inspect the condition of the support structure. "Inspect the condition of the basins (upper and lower) and/or spray nozzles. Verify clean basins and strainer(s). Clean sump and nozzles. "Verify the condition and operation of the basin fill valve system. "Inspect gear box for leaks. "Inspect drive and coupling for condition and security. Check all bolts and set screws for proper tightness. "Inspect fan assembly for condition, security, and clearances (e.g. blade tip clearance). "Lubricate motor bearings. Check gear box oil level. if applicable. "Inspect the condition of the v-belts and replace as needed. "Clean the starter and cabinet. "Inspect wiring and connections for tightness and signs of overheating and discoloration. Check condition of the contacts for wear. Check contactor(s) for free and smooth operation and pitting. "Check the condition and operation of the basin heater contactor(s). "Verify proper volts and amps. Record and report abnormal conditions, measurements taken, etc. Review customer logs with the customer for operational problems and trends. "Start unit and verify operation "Labor to clean Cooling Tower Service 4: Cooling Tower Mid-Season Running Inspection Description "Check the general condition of the tower. "Verify clean basins and strainers (upper and lower) and/or spray nozzles. "Verify proper water level in the basin "Verify proper operation of the water level control device. "Verify smooth operation of the fan(s). Check for proper belt tension, if applicable "Verify proper operation of the bypass valve(s), if applicable. "Check oil level in gear box, if applicable "Verify proper volts and amps. Record and report abnormal conditions, measurements taken, etc. Review customer logs with the customer for operational problems and trends. "Review operating procedures with operating personnel. Provide a written report of completed work, operating log, and indicate uncorrected deficiencies detected. "Verify the condition and operation of the basin fill valve system. "Verify smooth operation of the fan(s). Check for proper belt tension, if applicable. "Fan Check For Cooling Tower. "Inspect drive and coupling for condition and security. Check all bolts and set screws for proper tightness. "Inspect fan assembly for condition, security, and clearances (e.g. blade tip clearance). "Inspect wiring and connections for tightness and signs of overheating and discoloration. "Check condition of the contacts for wear. "Check contactor(s) for free and smooth operation and pitting. "Review operating procedures with operating personnel. Provide a written report of completed work, operating log, and indicate uncorrected deficiencies detected. "Start unit and verify operation. Service 5: Absorption Annual Inspection Service 6: Absorption Semi-Annual Inspection (Service 2) Service 5: Absorption Annual Inspection Description "Fabricate Sampling Tool "Absorber Lithium Bromide Solution Sample "Absorber Refrigerant Water Sample-ABS "Absorber Purge V Belt/Pulley Maintenance "Absorber Purge Pump Vacuum Check "Absorber Check Purge System for Leaks "Absorber Control Panel Electrical Inspection with Microprocessor Control "Absorber Pump Motor Inspection-NTP "Absorber Solution Pump Motor Inspection "Absorber Condenser/Absorber Tube Brushing With Head Removal "Absorber Evaporator Tube Brushing With Head Removal "Absorber Pump Refrigerant Flow Switch Check "Check the condition of the contacts for wear and pitting "Record and report abnormal conditions, measurements taken, etc. Service 6: Absorption Semi-Annual Inspection Description "Fabricate Sampling Tool "Absorber Lithium Bromide Solution Sample "Absorber Octyl Alcohol Additive "Absorber Inhibitor Additive "Absorber Refrigerant Water Sample-ABS "Absorber Purge V Belt/Pulley Maintenance "Absorber Purge Pump Vacuum Check "Absorber Check Purge System for Leaks "Absorber Water Flow/Pressure Drop Check "Absorber Generator Hot Water Pressure "Absorber Generator Steam Pressure Check "Absorber Control Panel Electrical Inspection "Absorber Panel Power Phasing without Microprocessor "Absorber Solution Pump Motor Inspection "Absorber Pump Refrigerant Flow Switch Check "Absorber Operating Log Without Microprocessor PRIMARY POINT OF CONTACT (POC): Submit offers or any questions to the primary POC Robert Woolfolk 303-372-7025 or email: robert.woolfolk3@va.gov. DEADLINES: Submit questions and offers to the primary POC. All questions or requests for information must be in writing and are due by COB on April 06, 2015. Please submit all proposals by email NLT April 11, 2016 @ 4:00 P.M. MST. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.SAM.gov. Also, in order to be eligible for the award the company must be registered in SAM. Please send RFP to: robert.woolfolk3@va.gov. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition; with the following addendum. FAR 52.203-98, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (FEB 2015) a.In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. b.The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. c.Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) (a) Definitions. As used in this provision- Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. Registered in the System for Award Management (SAM) database means that- (1) The offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14) into the SAM database; (2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record "Active". (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (End of Provision) FAR 52.204-16, Commercial and Government Entity Code Reporting (July 2015) FAR 52.204-17, Ownership or Control of Offeror (NOV 2014) FAR 52.216-1, Type of Contract (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. (End of Provision) (End of Addendum to 52.212-1) The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The final contract award decision shall be based on the Lowest Price Technically Acceptable (LPTA), whereas the Government will not recognize any value from a proposal exceeding the Government's minimum technical or past performance experience requirements. The evaluation factors shall be 1) Technical Capability; 2) Price; and 3) Past Performance Experience. Offeror who proposes to perform work for an unrealistically low price will not be considered. Technical and past performance, when combined, is more significant than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, applies to this acquisition, with the following addendum: FAR 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 thirty (30) days of the expiration date of the current contract period. (End of clause) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000); a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days of the expiration date of the current contract period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of clause) FAR 52.232-19 Availability of Appropriated Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30, 2016. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) VAAR 852.203-70 Commercial Advertising (JAN 2008); The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012); (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions.If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.237-70 Contractor Responsibilities (APR 1984); The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of COLORADO. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) and VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008). 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: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 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. (End of Clause) The following FAR clauses apply to this solicitation and are incorporated by reference: 52.203-99- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-02) (FEB 2015), 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JUL 2013), 52.204-18- COMMERCIAL AND CAGE CODE MAINTENANCE (JUL 2015), 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997), 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS (End of Addendum to 52.212-4) The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS applies to this acquisition including the following clauses: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2015); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219-28 Post-Award Small Business Program Re-representation (JUL 2013); FAR 52.222-3 Convict Labor (JUNE 2003); FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26 Equal Opportunity (APR 2015); FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014); FAR 52.222-50 Combating Trafficking in Persons (MAR 2015); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-34 Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013); FAR 52.222-41 Service Contract Labor Standards (MAY 2014); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class Monetary Wage-Fringe Benefits 23410 - HVAC MECHANIC WG-10 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); FAR 52.222-55 Minimum Wages Under Executive Order 13658 (MAR 2016) DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 2015-5423, Revision Number 2, dated Dec 29, 2015. Any revisions will be incorporated into the resulting contract in their entirety. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916R0141/listing.html)
- Document(s)
- Attachment
- File Name: VA259-16-R-0141 VA259-16-R-0141_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2651873&FileName=VA259-16-R-0141-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2651873&FileName=VA259-16-R-0141-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-16-R-0141 VA259-16-R-0141_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2651873&FileName=VA259-16-R-0141-000.docx)
- Place of Performance
- Address: Grand Junction Health Care System;2121 North Avenue;Grand Junction, Colorado
- Zip Code: 81501-6428
- Zip Code: 81501-6428
- Record
- SN04070033-W 20160403/160401234124-8abd901c3870ce2725280f426c8f6279 (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 |