Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
DOCUMENT

H -- *per Lorrie assign to Corey Labbe* Fireproofing Services. - Attachment

Notice Date
3/1/2018
 
Notice Type
Attachment
 
NAICS
922160 — Fire Protection
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
36C24118Q0175
 
Response Due
3/9/2018
 
Archive Date
4/8/2018
 
Point of Contact
Corey Labbe
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is 36C24118Q0175 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This requirement is being issued as a Small Business set-aside. The associated NAICS code is 238310 Drywall and Insulation Contractors (v) The Government intends to award a firm-fixed price contract for a Contractor to provide Fireproofing Services at the West Haven VA Medical Center, 950 Campbell Ave, West Haven, CT 06516. Item # Description- Base Year Award -01/01/2019 Qty Unit Price Amount 0001 The contractor shall provide all labor, equipment, materials and supervision to complete fireproofing services in accordance with the attached Statement of Work 1 JB TOTAL (vi) The contractor shall provide all personnel, equipment, supplies, tools, and materials necessary to complete all Fireproofing Services in accordance with the attached Statement of Work. (vii) The Place of Performance is the West Haven VA Medical Center, 950 Campbell Ave, West Haven, CT 06516. The period of performance is date of award until completion of Services no later than 14 days from date of award (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.217-5 Evaluation of Options (JUL 1990); 52.233-2 Service of Protest (SEPT 2006); 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71; Alternate Protest Procedure (JAN 1998); 852.270-1 Representatives of Contracting Officers (JAN 2008); (ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order and considering it is in the best interest of the Government and will not delay our purchase. (2) Quotes may be submitted electronically via email to Corey.labbe@va.gov. (3) Quote Format: The submission should be clearly indexed in accordance with the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number. The Contractor shall include its company name, address, DUNS and Cage Code. Please do not submit company brochures. (4) SITE VISIT: A site visit will be held on Tuesday March 06, 2018 at 10:00 am EST. Location of site visit is 950 Campbell Ave, West Haven, CT, Building #15. Please e-mail David Wilson at David.Wilson4@va.gov if you will be in attendance. (4) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 03/07/2018 at 12:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (5) Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the quoter with the lowest price. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:   Price - Vendor will complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces.   Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).   Please utilize Attachment Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work.   The contractor shall provide the following: a. The vendor shall demonstrate that it is FM 499 Certified fireproofing and firestop contractor. All fireproofing services meet the required code for fire protection. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor.   For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). For Non-SDVOSBs/VOSBs: To receive some consideration under this Factor, an   Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB Subcontractors must be registered and verified in VIP database (http://www.VetBiz.gov) in order to receive some consideration under the Veteran s Involvement Factor. (x) 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2017). Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.228-5 Insurance-Work on a Government Installation (JAN 1997); 52.232-18 Availability of Funds (APR 1984) ; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.215-71 Evaluation Factor Commitments (DEC 2009; 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.237-70 Contractor Responsibilities (APR 1984). LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes AR 52.219-14 and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. 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, e-mail, 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) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016); 52.204-14, Service Contract Reporting Requirements (OCT 2016); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) ; 52.219-8, Utilization of Small Business Concerns (NOV 2016), 52.219-14 Limitations on Subcontracting (JAN 2017) ; 52.219-28 Post Award Small Business Program Representation (JUL 2013); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015); 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.222-41, Service Contract Labor Standards (MAY 2014); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 01/09/2018 at 12:00 PM EST. RFQ responses must be submitted via email to: Corey.labbe@va.govv. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Corey Labbe (Corey.Labbe@va.gov). STATEMENT OF WORK Fireproofing Services Statement of Work The West Haven Campus of the VA Connecticut Healthcare System is looking to have fireproofing services on all metal framing within its two elevator rooms and its 10th floor mechanical room. Vendor is to supply all fireproofing material and the necessary labor in the preparation of the identified substrate/metal, ensuring that the fire proofing material adheres to all areas that are being treated. The fireproofing treatment has to provide a 2 hour fire rating. The location of each area in need of fireproofing is as follows: elevator room #1 is located in building 1 on the 11th floor, elevator room #2 is located in building 2, the 10th floor and the 10th floor mechanical room is located in building 1, 10th floor. The vendor is expected to provide a dumpster(s) or container(s) and any other items or material that is needed for debris/waste hauling and to ensure that all items/material and all waste and debris is removed from VA Connecticut s premises upon completion of work. VA Connecticut requires that the fireproofing vendor is a FM 4991certified fireproofing and firestop contractor and that all fireproofing services meet the required code for fire protection. Prior to any work being started and after the completion of work, the vendor is to make contact with VA Connecticut s carpentry supervisor, Kevin Tyson at 203-932-5711, extension 5737 or designee.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/36C24118Q0175/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118Q0175 36C24118Q0175_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119251&FileName=36C24118Q0175-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119251&FileName=36C24118Q0175-002.docx

 
File Name: 36C24118Q0175 Attachment 2 Past Performance.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119252&FileName=36C24118Q0175-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119252&FileName=36C24118Q0175-003.docx

 
File Name: 36C24118Q0175 Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119253&FileName=36C24118Q0175-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119253&FileName=36C24118Q0175-004.pdf

 
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: Department of Veterans Affairs;West Haven VAMC;950 Campbell Ave;West Haven, CT
Zip Code: 06516
 
Record
SN04839367-W 20180303/180301231156-44088f7539a861029ababc21c450f3e7 (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.