DOCUMENT
42 -- REPLACE AND INSTALL NEW SPRINKLER HEADS - Attachment
- Notice Date
- 4/11/2018
- Notice Type
- Attachment
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- 36C24718Q0514
- Response Due
- 4/30/2018
- Archive Date
- 6/29/2018
- Point of Contact
- JOSEPH LOCKE
- E-Mail Address
-
6-4000,
- Small Business Set-Aside
- N/A
- Description
- SITE VISIT SITE VISIT: See clause 52.237-1, Site Visit (APR 1984). The site visit will be conducted on April 19, 2018 at 10am EST at the DORN VAMC, Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209. Contractors shall report to Building 22, Logistics Conference Room 3B105. NOTE: This is the ONLY site visit scheduled for this project; individual or separate site visits will not be scheduled. This is not a mandatory site visit, but it is highly encouraged to attend before submitting a quote. If you have any questions, please contact the Contracting Officer, Joseph Locke at 803-776-4000 x7814 or e-mail at joseph.locke@va.gov. Timeframe: April 19, 2018- Site Visit 10:00 AM EST Note: No questions will be asked or answered during the site visit; all questions must be sent via e-mail to the Contract Specialist, Joseph Locke at joseph.locke@va.gov April 23, 2018- Turn-In Questions NLT 10:00 AM EST; all questions must be sent via e-mail to the Contract Specialist, Joseph Locke at joseph.locke@va.gov April 23, 2018- Post Questions / Answers (on or about) on FBO before COB. All questions and answers will be posted through an Amendment which will be posted on FBO as an attachment; the expectation is that each offeror fully complete the SF 1449 and return it to the Contracting Officer, Joseph Locke, via e-mail at joseph.locke@va.gov April 27, 2018- Receive RFPs NLT 10:00 AM EST; the expectation is that each offeror submit with their proposal package a fully completed SF 1449 document. Proposals are to be sent directly to the Contracting Officer, Joseph Locke at joseph.locke@va.gov April 30, 2018- Award Contract (on or about) Statement of Work REPLACE PENDENT SPRINKLERS IN BUILDING 100 1. REQUIREMENT: Requirement is for the removal of approximately 60 existing concealed pendent sprinklers, and replaced with chrome pendent, 2-piece recessed escutcheons in Building 100 (4 EAST) 2. BACKGROUND: There are approximately 60 concealed-type fire sprinkler heads in 4 East, building 100 at Dorn VA Medical Center, Columbia, SC that need to be replaced with sprinkler heads that are chrome pendent, with two-piece recessed escutcheons. 3. PERIOD OF PERFORMANCE: The period of performance shall be 5 FULL BUSINESS DAYS AFTER WORK IS SCHEDULED WITH CUSTOMER. 4. PLACE OF PERFORMANCE: The place of performance shall be WJB Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209, Building 100 4 EAST. 5. PERFORMANCE REQUIREMENTS: The contractor shall remove approximately 60 concealed-type fire sprinkler heads, which are not allowed by VA guidelines, and replaced with chrome pendent and two-piece recessed escutcheons. Contractor shall refer to VA Fire System Design Manual. The contractor shall make all necessary ceiling repairs. Work must follow all applicable requirements NFPA, AWE, VA Standards and OSHA. If area is not totally vacated of patients, all infection control prevention measures must be followed. Infection control measures include, but are not limited to: containment devices, fire proof plastic barriers, clean up and odor control Drained sprinkler water from each head must be contained and controlled and kept covered for odor control. Work must be coordinated with Engineering Control Center and the Contracting Officer s Representative, (803) 776-4000 x7589. The fire sprinkler system must be drained and refilled daily when work is completed for the day. Coordination of work of each area is required. After-hours work may be required. 6. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 7. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. 8. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Basis of Award Project: SPRINKLER SYSTEM A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low priced offer is found to be technically acceptable the evaluation process stops no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) Price. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. Past Performance. Must provide a minimum of two past performance experiences related to visually inspection, service and repair of sprinkler systems for either commercial or Government customers. Each factor will be scored as Acceptable or Unacceptable as defined below. Offers will be evaluated against the SOW and the stated evaluation criteria. All offers are evaluated using the same standards. "Lowest Price, Technically Acceptable" Evaluation Standards Acceptable ALL of the minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation.. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. OFFEROR: __________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN SAM REGISTERED IN VIP AS SDVOSB PAST PERFORMANCE PRICE (Not Rated)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q0514/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q0514 36C24718Q0514_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4217253&FileName=36C24718Q0514-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4217253&FileName=36C24718Q0514-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q0514 36C24718Q0514_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4217253&FileName=36C24718Q0514-000.docx)
- Record
- SN04886382-W 20180413/180411231047-4440496f985d287f0e077b804cef819a (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 |