Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2016 FBO #5369
DOCUMENT

J -- 674-16-1-5122-0013 Xenex UV Room Disinfection Systems Maintenance-CTX, Temple - Attachment

Notice Date
8/3/2016
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25716Q1262
 
Response Due
8/12/2016
 
Archive Date
10/11/2016
 
Point of Contact
Gerald Hyndman, Contractor, The Arcanum Group
 
E-Mail Address
Journeyman Contract Support Specialist
(gerald.hyndman@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice 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. (ii) Solicitation number VA257-16-Q-1262 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. (iv) This solicitation is for an offer from a sole-source/unique source with a large business concern with the associated NAICS code of 811310, which has a small business size standard of $20.5M. The large business concern is Xenex Disinfection Services, LLC, of San Antonio, TX. The systems are located at the requesting location, Central Texas Veterans Health Care System, Olin E. Teague Veterans Medical Center, 1901 Veterans Memorial Drive, Temple, TX, 76504. (v) See attached RFQ price/schedule for the contract line item number(s), services, quantities, and options requested in this solicitation. (vi) This requirement is for Xenex room disinfection systems preventive maintenance and other support services for the above described location. See attached RFQ price/cost schedule and Statement of Work for the requirements for the services to be performed. (vii) The anticipated base Period of Performance for the services is September 1, 2016, through 31 August 2017. The anticipated contract/purchase order is proposed with two (2), one-year option periods. See attached RFQ price/cost schedule for the delivery, acceptance, and FOB pick-up and drop-off delivery point locations. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition; see attached schedule regarding the addenda to the provision. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if the representations entered in the System for Award Management (SAM) needs to be revised for the proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition. (xiii) This acquisition includes additional contract requirements. See the attached RFQ for the terms and conditions of the requirement. Other additional submission requirements are: (a)Offers are to include Past Performance information [Technical] showing like or similar services performed during the past three years. A past performance survey is attached to this solicitation for submission if the description of past performance information is not submitted in another format. The VA will confirm the submitted past performance information and will review other government past performance information systems. Offers with unsubstantiated unsatisfactory past performance records may be determined to be technically unacceptable. (b)Offers are to include evidence of insurance with their offer. (c)Offerors are to provide complete pricing in the attached schedule and provide it with their proposal. (d)It is requested that all questions regarding this acquisition be asked by August 9, 2016, by 3:00 PM CT. Questions must be in writing and are to be submitted to the POC by email at gerald.hyndman@va.gov. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by August 12, 2016 by 12:00 PM ET. (xvi) Offers are to be submitted to Gerald Hyndman, Contractor, The Arcanum Group by email at gerald.hyndman@va.gov. Small businesses, especially veteran-owned and service-disabled veteran-owned small businesses are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website for the nearest PTAC is http://www.sellingtothegovernment.net/ Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 5MB. Multiple emails can be sent to the POC for a proposal. It is recommended that a confirmation request be included in the email for the POC to acknowledge that all (parts) of the proposal have been received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25716Q1262/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-16-Q-1262 VA257-16-Q-1262_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918242&FileName=VA257-16-Q-1262-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918242&FileName=VA257-16-Q-1262-000.docx

 
File Name: VA257-16-Q-1262 S02_RFQ_VA257-16-Q-1262.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918243&FileName=VA257-16-Q-1262-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918243&FileName=VA257-16-Q-1262-001.docx

 
File Name: VA257-16-Q-1262 _S02_Attachment to RFQ VA257-16-Q-1262_WD 15-2521.txt (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918244&FileName=VA257-16-Q-1262-002.txt)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918244&FileName=VA257-16-Q-1262-002.txt

 
File Name: VA257-16-Q-1262 _P11_LPTA_Prior Performance Questionaire_Xenex.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918245&FileName=VA257-16-Q-1262-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2918245&FileName=VA257-16-Q-1262-003.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: CTVHCS, Olin E. Teague VAMC;1901 Veterans Memorial Drive;Temple, TX
Zip Code: 76504
 
Record
SN04208514-W 20160805/160803235944-4e371cae2155898e24ab6bc11641907b (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.