Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2017 FBO #5553
DOCUMENT

J -- Services- Replace No# 2 Boiler Combustion Management System. - Attachment

Notice Date
2/3/2017
 
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 Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24817Q0386
 
Response Due
3/2/2017
 
Archive Date
4/1/2017
 
Point of Contact
Tommy Snyder
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
2 | Page 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; quotes are being requested, and a written Solicitation will not be issued. Solicitation number is VA248-17-Q-0386 is issued as a Request for Quotation (RFQ). This combined synopsis solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94, 2005-95, effective January 19, 2017. This solicitation will ending on Mar 2, 2017 at 16:00 pm EST and is set aside 100% for Service Disabled Veteran Owned Business (SDVOSB) determined to be lowest price technically acceptable and price is determined to be reasonable. (See attached clauses) Network Contracting Activity 8 Service Area Office -East intends to award a Firm Fixed Price contract for a service contract for Replace the Combustion Management System on Boiler #2 located at the Malcom Randall VAMC 1601 South West Archer Rd Gainesville, FL 32608. This procurement is being conducted under the FAR part 13 and simplified acquisition procedures apply. The intent is to award a Firm-Fixed Price service contract. The Period of performance is 120 days after the award. The North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.5 million. This procurement is a total small business set-aside for SDVOSB determined to be lowest price technically acceptable and price is determined to be reasonable; all eligible offerors may submit quotes. All offerors shall be registered in the System for Award Management (SAM) at https://www.sam.gov; and www.vetbiz.gov, if applicable, to be considered for an award of a federal contract. The record shall be complete and not missing elements such as representations and certifications. SDVOSBs shall be certified by the Center for Verification and Evaluation (CVE) and registered in Vetbiz for award consideration. The Service Contract Act, Wage Determination number 2015-2114, Rev. 3, dated 12/30/2016 is applicable to this contract. For further details, access the relevant wage determination at www.wdol.gov. Quotes must be received Mar 2, 2017, EST 1600 hours. All quotes must be submitted by electronic submission in reference to VA248-17-Q-0386 to tommy.snyder@va.gov. Quotes received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. All questions regarding this solicitation must be submitted to the Contracting Officer in writing (email is preferred). Any prospective Vendors desiring an explanation or interpretation of the solicitation must request it via e-mail to the Contracting officer at tommy.snyder@va.gov no later than close of business Feb 17, 2017. Submitting Quotes: Contractors shall submit their quote on their company letterhead and shall include the following: Price Name, address, and telephone number Any offered discounts Completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items Terms of any express warranty Interested vendors must submit a copy of any relevant certifications and licenses along with their quote. 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a Firm-Fixed Price contract to the responsible offeror who is the lowest priced technically acceptable. In order to be rated Technically Acceptable all technical factors shall be rated as Acceptable (Go). Offeror shall demonstrate their ability to meet these factors with their offer in accordance with Paragraphs 1 - 3 below, and offers shall meet the minimum qualifications below in order to be evaluated. Technical acceptability is rated as Acceptable (GO) or Unacceptable (No Go) based on the following: 1. Technical Brief detailed service maintenance plan describing a full understanding of the requirements of this SOW and how the plan will meet or exceed the specifications provide in the SOW. An acceptable plan will describe at a minimum: a. Provide written equipment maintenance schedule b. Provide written plan for removal, installation, and testing the of the new Combustion Management System (CMS) system. c. Provide OSHA certification (10 hrs.) for repair technicians to be assigned for this requirement. d. Provide personnel qualifications and certification for equipment repair technicians to be assigned for this requirement. 2. Past Performance. The offeror shall provide a minimum of three past performance references for work similar in price and technical scope. Past performance references shall identify the agency name, point of contact, phone number, contract or delivery order number, a brief scope of contract, and contract value. The past performance shall have occurred within the last 5 years of the date of submittal. An acceptable past performance reference shall show a list of (3) current references with the following information: a. Contractor s name Facility address and telephone number b. Point of contact c. Contract number, value, award date and completion date d. Description of the requirement e. Any subcontractors must be listed. Specify, if no subcontractors will be used. f. Contact person and phone number of the past performance contact g. Fax number and email address of past performance reference if applicable. 3. Price An acceptable Price/Schedule shall illustrate the basis for pricing including labor, equipment, operating supplies. Price shall be submitted on the attached Price Schedule LIST OF ATTACHMENTS: Attachment one: Statement of Work (SOW) Replace the Combustion Management System on Boiler #2, dated: 01/31/2017 Attachment two: Price Schedule Attachment three: Clauses and provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24817Q0386/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-Q-0386 VA248-17-Q-0386.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252575&FileName=VA248-17-Q-0386-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252575&FileName=VA248-17-Q-0386-000.docx

 
File Name: VA248-17-Q-0386 SOW - Boiler Control Replacement 2017.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252576&FileName=VA248-17-Q-0386-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252576&FileName=VA248-17-Q-0386-001.docx

 
File Name: VA248-17-Q-0386 PRICE SCHEDULE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252577&FileName=VA248-17-Q-0386-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252577&FileName=VA248-17-Q-0386-002.docx

 
File Name: VA248-17-Q-0386 Clauses and Provisions.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252578&FileName=VA248-17-Q-0386-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3252578&FileName=VA248-17-Q-0386-003.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: Malcom Randall VAMC;1601 South West Archer Rd;Gainesville FL
Zip Code: 32608
 
Record
SN04390896-W 20170205/170203234600-eb25048f2b233aa2ea4f28b89fb87417 (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.