DOCUMENT
X -- New Boiler and Associated Equipment Storage and Move - Attachment
- Notice Date
- 4/7/2016
- Notice Type
- Attachment
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26216Q0651
- Response Due
- 4/12/2016
- Archive Date
- 5/12/2016
- Point of Contact
- Brian Van Orman
- E-Mail Address
-
6-2273<br
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation Amendment for correcting the original post. The first posting was done in error. This posting will incorporate all the corrections that need to be done. This is Combined Synopsis/ Solicitation for commercial items prepared in accordance with the format in, 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 VA262-16-Q-0651 is issued as a (Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-87-1 / 03-16-2016. Only emailed requests received directly from the requester are acceptable. Responses should be sent to brian.vanorman@va.gov. No telephone responses will be accepted. To be receiving a government award, the offeror must be currently registered in System for Award Management (SAM) at. Offerors are encouraged to go to the SAM database and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee. NAICS and Set-aside: The NAICS is 493110 and the small business size standard is $27.5 million. Any firm that is not considered a small business under this NAICS code should not submit a response to this notice. PRICE/COSTS SCHEDULE: BASE YEAR: April 19, 2016 THROUGH April 18, 2017 ITEMDESCRIPTIONQTYUNITUNIT PRICETotal 1PROVIDE ALL LABOR AND MATERIALS AND TECHNICAL EXPERTISE TO PROVIDE STORAGE OF THE SEMONEAU BOILER AND ASSOCIATED EQUIPMENT AS STATED THE STATEMENT OF WORK 12 MONTH $______ $________ I. SCOPE OF NEED: REQUIREMENTS; This is a partial service warehouse request. During the term, of the service agreement the contractor shall perform, without limitation, inspection, receipt, stowage, storage, related customer service and administrative functions and other services described in this document. The contactor shall furnish all personnel, labor, materials, equipment, supervision, and other accessories necessary to perform safely and efficiently. The warehouse facility shall be secured, temperature controlled, with the availability to receive, store, and account for equipment, supplies and materials for a new Semoneau Boiler and associated equipment as required to be stored at approximately 15,000 square feet with height of at least 12 feet. The facility must have a surveillance security system, fire and smoke detection and sprinkler system as well as an intrusion alarm. The warehouse facility must be within ten (10) miles of the VA Long Beach Healthcare System located at 5901 East Seventh Street, Long Beach, CA 9022 The VA is seeking a proven warehouse service. The base year occupancy will start at one year. A.STANDARD CONDITIONS AND REQUIREMENTS: The following shall apply to any space offered for use to the VA: a.Warehouse space offered must be in a quality building of sound and substantial construction, either a new, modernized building, or one that has undergone restoration or rehabilitation for the intended use. The Contractor shall provide a valid occupancy permit for the intended use of the VA and shall operate the building in conformance with local codes and ordinances. b.The space shall be free of all asbestos-containing materials, except undamaged asbestos flooring in the space or undamaged boiler or pipe insulation outside the space, in which case an asbestos management program conforming to Environmental Protection Agency (EPA) guidance shall be implemented. c.VA requests stackable storage racks. VA request 8-12 in height stackable storage racks. If racks are an additional charge, contractor shall provide a cost breakdown for the racks. Storage racks will be on an as needed basis to expand upward storage areas. Assembly of storage racks shall be accomplished within two (2) workdays of request from Contracting Officer. d.VA requires a secure and segregated storage area. At minimum, an enclosed area by chain link fence (floor to ceiling) with a lockable gate entrance. If the enclosed area requirement is an additional charge, offeror shall provide a cost breakdown for enclosing area showing material cost and labor cost breakouts to erect enclosure. Enclosure will need to be expanded as optional SF increases. Assembly of storage racks shall be accomplished within five (5) workdays of request from Contracting Officer. e.The contractor shall provide coverage of Liability and injury insurance coverage to $3.5 million per incident and content replacement in the event of casualty, fire, flood, etc. in the amount of $3.5 Million. f.Service support needed includes: warehouse operations, equipment/material handling, and customer service and inventory security. g.The contractor shall be responsible for all operating expenses and handling fees in connection with the operation of the Warehouse. h.The warehouse shall be accessible by loading dock and garage door access. The contractor shall provide warehouse services to the VA personnel Monday through Friday 7:00 AM to 5:00 pm. Services for weekends and holidays will be given a two days advance notice from the Contracting Officer, without additional payment. (Weekend and holiday services will be considered to be a rare occurrence.) Government Holidays are as Follows: New Year's Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, The Fourth of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day and any other day authorized by the President of the United States. Contractor shall notify the government of any observed holidays that are not recognized by the government and a contact for emergency access. i.The VA shall have full access to the Warehouse at all times and shall have the right to examine, inspect, inventory and count all or any of its goods. Only personnel authorized in writing by the Contracting Officer shall request items into storage or receive items from storage. As personnel are authorized the Contracting Officer will deliver a list of their names to the contractor. a.The warehouse services are Monday through Friday 7:00 AM to 5:00 PM. The contractor shall be given a two day advance notice for warehouse services required for weekends and holidays at no additional cost to the government. Government Holidays are as follows: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, The Fourth of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day and other day authorized by the President of the United States. b.Inspect, receive, review and store items and maintain accountability of all required documents. c.Maintain inventory of stored items and their locations. d.Update and maintain accuracy of all inventory and documents pertaining to items in inventory. e.Notify the VA Contracting Officer of any discrepancies or damage to items in inventory within 24 hours. f.Provide clean and neat storage area. g.Inspect all material to ensure correct quantity and condition. h.Coordinate and manage collection, removal, and proper disposal of shipping containers, packaging materials, and other waste products when requested. i.Utilize motorized and manual equipment to safely handle material. Handle all items in a manner to prevent damage C.UTILITIES AND SERVICES: The contractor cost will include all the following services and utilities on a daily basis unless a different frequency is specified herein. The cost for utilities and services shall be included in the warehouse service rate. Utilities shall include: Climate Control Lights Electrical power for Special Equipment (110 v) as requested by the Contracting Officer. Other services shall include: Trash Removal Initial & Replacement lamps, tubes & ballasts Security Janitorial Pest and Rodent Control D.JANITORIAL SERVICES: The contractor is responsible for trash services for the warehouse space in the event of uncrating equipment at the warehouse before removal from the premises. The contractor shall maintain the warehouse premises, including outside areas in a clean condition and shall perform all work and provide supplies and equipment. E.SECURITY: a.The Contractor shall provide a level of security which reasonably deters unauthorized entry during regular and non-duty hours. The Government considers a security alarm reasonable. b.Safeguard all government property and materials from theft, misuse and damage. c.Permit only authorized personnel access to the VA inventory/items and maintains a daily sign-in log. d. Respond to reports of missing or stolen items. Take actions to manage the resolution of missing or stolen item reports, including taking actions to cause the replacement of items, if required. b. Overall security shall also include deterring loitering or disruptive acts in and around the space during duty hours. c. In accordance with requirement above, Warehouse shall be adequately alarmed with 24 hour monitoring to prevent unauthorized entrance. Contractor shall be responsible to maintain the area in a condition that protects the property stored in the space. This includes protection from all forms of nature and theft. F.SIX (6)-MONTH SERVICE EXTENSION CLAUSE a. Where funds are available, the VA has the option to extend this warehouse service after one year lease up to 6-months at the stated price of the previous year. b. No service option shall be exercised, nor do legal liabilities on the part of the Government arise for the payment of any money until and unless authorized by the VA Contracting Officer. G. FIRE AND LIFE SAFETY a)Below-grade space to be occupied by Government and all areas in a building referred to as hazardous areas in National Fire Protection Association standard 101, known as the Life safety Code, or any successor standard thereto, must be protected by an automatic sprinkler system or an equivalent level of safety. b)If offered space is 3 stories or more above grade, the Contractor shall provide written documentation that the building meets egress and fire alarm requirements as established by NFPA Standard NO 101 or equivalent. However, if 1) offered space is 5 stories or less above grade, 2) the total Government leased space in the building (all Leases combined) will be less than 2,500 square feet, and 3) the building has a sprinkler system, this documentation is not required c)If offered space is 6 stories or more above grade, additional fire and life safety requirements may apply. Therefore, the offeror must advise the VA Contracting Officer in its offer whether or not the offered space or any part thereof, is on or above the sixth floor offered building. d)Manual Fire Alarm systems Manual fire alarm systems shall be provided in accordance with NFPA Standard 101 (current as of the date of this solicitation). Systems shall be maintained and tested by the Contractor in accordance with NFPA Standard 72. The fire alarm system wiring and equipment must be electrically supervised and automatically notify the local fire department (NFPA Standard No. 72) to approved central station. Emergency power must be provided in accordance with NFPA Standards No. 70 and 72. F.CONTRACTOR PERSONNEL: The contractor personnel shall be qualified and have the required levels of professional and technical experience to perform the work required by this statement of work. All contractor employees will be approved by the CO and COR prior to bringing on duty. If at any time from the date of award to the end of the contract, contractor personnel are no longer available, the government will approve the qualifications of proposed replacement personnel and will reject individuals who do not meet qualifications set forth herein. The contractor must inform the government when personnel are removed from the contract for any reason. The contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee performance is unsatisfactory or unacceptable. All contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. H.CONTRACTOR PERSONNEL: The contractor personnel shall be qualified and have the required levels of professional and technical experience to perform the work required by this statement of work. All contractor employees will be approved by the CO and COR prior to bringing on duty. If at any time from the date of award to the end of the contract, contractor personnel are no longer available, the government will approve the qualifications of proposed replacement personnel and will reject individuals who do not meet qualifications set forth herein. The contractor must inform the government when personnel are removed from the contract for any reason. The contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee performance is unsatisfactory or unacceptable. All contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. I.CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: a.The CO will be the sole authorized official to release, verbally or in writing, any information on contents of secured facility, delivery schedule, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract, presented to the contractor, shall be submitted to the CO for response. Solicitation document and incorporated provisions and clauses apply to this acquisition: FAR 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 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 Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award; 52.212-2 Evaluation -Commercial Items; 52.217-8 Option to Extend Services VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments; FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements; and 52.219-14 Limitation on Subcontracting. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, unit quantity, item description as specified above and, total price; any offered discounts; proposed delivery time; name, address, and telephone number of the offeror; terms of any express warranty; completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.. 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (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: (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: Lowest Price Technically Acceptable: Technical Acceptability: The Government's Technical Evaluation Board (TEB) shall evaluate the offeror's technical proposal on a pass/fail basis for Factors 1 through 3. Price: Award will be made to the offeror that proposes the lowest price and is determined to be technically acceptable. As an LPTA source selection, price is the discriminating factor for award among those offers that are technically acceptable. Offers that are not technically acceptable cannot be selected, regardless of price. Price is to be submitted in Block 17 of the Standard Form 1449. The following technical factors shall be evaluated: 1.PRICE 2.Technical: The following Factor will be evaluated: 1.The warehouse facility must be within Ten (10) miles of the VA Long Beach located at 5901 E 7th Street Long Beach CA. 90822. 2.The warehouse facility shall be secured, temperature controlled within the range of 55-85 degrees F, with the availability to receive, store, and account for equipment, supplies and materials for a new Simoneau Boiler and associated Equipment as required to be stored at approximately 15,000 square feet with a height of at least 12 feet. 3.Warehouse shall be accessible by loading dock and garage door access. 4.The portion of the warehouse for storage, if segregated, must be enclosed area by chain link fence (floor to ceiling) with a lockable gate entrance. 5.The facility must have a surveillance security system, fire and smoke detection and sprinkler system as well as an intrusion alarm. Proposals shall demonstrate that they will be able to provide evaluation factor 1 through 5. To receive a "pass" rating for this factor, offerors must sufficient information that they will be able to provide factor items 1 through 5. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26216Q0651/listing.html)
- Document(s)
- Attachment
- File Name: VA262-16-Q-0651 VA262-16-Q-0651_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2662074&FileName=VA262-16-Q-0651-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2662074&FileName=VA262-16-Q-0651-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-16-Q-0651 VA262-16-Q-0651_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2662074&FileName=VA262-16-Q-0651-001.docx)
- Record
- SN04076546-W 20160409/160407234707-7306123164129a01d78bbca8a7242252 (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 |