Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2018 FBO #5965
DOCUMENT

J -- Services: Repair/Replace Sanitary Pipes - Attachment

Notice Date
3/22/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
36C24818Q0483
 
Response Due
3/27/2018
 
Archive Date
6/25/2018
 
Point of Contact
Jose R. Sierra-Colon, Contracting Officer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis 1 (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 only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation (36C24818Q0483) is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 dated 01/24/2018. (iv) This requirement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The NAICS code for this requirement is NAICS Code - 238220 Plumbing, Heating, and Air-Conditioning Contractors. Business. ($15.0 million SBA Size Standard). (v) Price/Cost Schedule (see attachment 5) (vi) Description of requirements for the items to be acquired: This combined synopsis is for the requirement to replace/repair 4 sanitary cast iron piping. Statement of Work Statement (SOW) (see attachment 3). (vii) All services are to be delivered to the James A. Haley Veteran Medical Center located at 13000 Bruce B. Downs Blvd. Tampa, FL 33612-4745. Delivery Schedule: ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: James A. Haley 13000 Bruce B, Downs Blvd Tampa, FL 33612 4745 USA 1.00 03-30-2018 MARK FOR: 813-927-2000 Ext. 5925 richard.burns@va.gov (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and offers must fill out price. Offerors must submit their technical and management approach that addresses all requirements pertaining to the required services. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, will not be used. The comparative evaluation procedures will be used in accordance with FAR 13.106-2(b)(3). The Government will award a Firm-Fixed Price contract to the responsible quoter using a comparative evaluation. The comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). The government reserves the right to select a quotation that provides benefit to the government that exceeds the minimum but is not required to do so. Quoters are advised that quotation may exceed the requirements but the government is not requesting or accepting alternate quotes; each response must respond to the solicitation requirement, stated in the RFQ. The government will apply the following comparative evaluation process as the basis for award: Assess the direct comparison of one quote with another using a uniform and fair approach to determine which quote provides the government what it needs, where and when in accordance with the PWS and RFQ. Once one quotation is found acceptable, it is compared to the remaining ones, and the best one is chosen for the best value to the government. The Government may rely on internal documentation including the Federal Awardee Performance and Integrity Information System (FAPIIS) Past Performance Information Retrieval System (PPIRS) and contracting officer s knowledge of and previous experience with supply or service being acquired for determining Past Performance. If no record of past performance is found in FAPIS or PPIRS, the contract shall not receive a favorable or unfavorable rating, but shall receive a rating of neutral. Price shall be submitted using the attached Price Schedule. Information not contained in a vendor s quote will not be considered during the evaluation. The Government intends to make award selection without clarification, but may determine after evaluating submitted quotes that the elements stated in FAR 13.106-2(b) for evaluation procedures are necessary, and conduct them as appropriate. The Government reserves the right to make no award if no quotes meet the requirements of this solicitation. (x) To be eligible for award offerors must be registered in System for Award Management (SAM) prior to award in accordance with the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and no additional addenda to the clause included. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition: 52.219-4 52.219-28 52.222-3 52.222-21 52.222-62 52.222-36 52.222-26 52.222-50 52.223-18 52.225-13 52.232-33 52.222-41 52.222-44 52.222-55 (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: IL 001AL-11-15-A 52.252-2 852.203-70 Wage Determination WD 15-4571 (Rev.-5) was first posted on www.wdol.gov on 01/16/2018. 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 Florida, Georgia and Territory of Puerto, St Thomas, St Croix and U.S Virgin Islands. 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) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this acquisition. (xv) Quotes are due no later than 2:00 PM eastern standard time (EST) on March 28, 2018 via e-mail to jose.sierra-colon@va.gov. (xvi) The point of contact is Jose Sierra-Colon (813) 972-2000 Ext/ 2810.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/36C24818Q0483/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24818Q0483 36C24818Q0483_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170981&FileName=36C24818Q0483-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170981&FileName=36C24818Q0483-000.docx

 
File Name: 36C24818Q0483 Attachment -2.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170982&FileName=36C24818Q0483-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170982&FileName=36C24818Q0483-001.pdf

 
File Name: 36C24818Q0483 Attachment - 3.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170983&FileName=36C24818Q0483-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170983&FileName=36C24818Q0483-002.pdf

 
File Name: 36C24818Q0483 Attachment - 4.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170984&FileName=36C24818Q0483-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170984&FileName=36C24818Q0483-003.pdf

 
File Name: 36C24818Q0483 Attachment - 5.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170985&FileName=36C24818Q0483-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170985&FileName=36C24818Q0483-004.pdf

 
File Name: 36C24818Q0483 Attachment - 6.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170986&FileName=36C24818Q0483-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170986&FileName=36C24818Q0483-005.pdf

 
File Name: 36C24818Q0483 Attachment - 7.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170987&FileName=36C24818Q0483-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4170987&FileName=36C24818Q0483-006.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04863673-W 20180324/180322231306-41b3f8817c6269b1fc486a526f5055fc (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.