DOCUMENT
N -- Service: Public Address System Installation - Attachment
- Notice Date
- 7/3/2018
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation 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
- 36C24818Q0812
- Response Due
- 7/20/2018
- Archive Date
- 8/4/2018
- Point of Contact
- Serena Jordan
- Small Business Set-Aside
- Total Small Business
- Description
- Services: - Installation of Emergency Management Public Announcement System 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. The (36C24818Q0812) is being issued as a request for quotation (RFQ). SITE VISIT: The site visit will be held this Wednesday, 7/11/2018, at 10:AM Eastern at the James A. Haley Hospital, 13000 Bruce B. Down Blvd (138) Tampa, FL 33612. Contractors are required to contact Serena Jordan at 813 972-7591 or serena.jordan@va.gov to sign up for the site visit. The site visit is highly encouraged and expected prior to submission of quote. You are reminded that representatives from your company SHALL NOT contact any James A. Haley Veteran s Hospital, Tampa, Florida staff to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to Serena Jordan, the Contracting Officer. VENDOR QUESTIONS: All questions regarding this RFQ must be in writing and may be sent by e mail to serena.jordan@va.gov. Questions must be received no later than Friday, 7/13/2018 by 10:00 AM Eastern. No further questions will be accepted after that date and time. ANSWERS TO VENDOR QUESTIONS: Answers to vendor questions will be posted on FBO. You are reminded that representatives from your company SHALL NOT contact any James A. Haley Veteran s Hospital, Tampa, Florida staff to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to Serena Jordan, the Contracting Officer, serena.jordan@va.gov. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 effective 01/24/2018. This requirement is set-aside Small Business. The NAICS code for this requirement is 238210 with a small business size standard of $15.0 mil. Description of requirements for the items to be acquired: The Contractor shall be responsible for the installation of Government furnished Emergency Management Public Announcement System Manufacturer by Federal Signal: Four (4) Speaker Clusters outside of Penthouse and the Controller inside the Penthouse with all cable in conduit, install one 120 volt circuit for battery charger in controller, provide and install armor-clad cabling from dispatch communications closet to penthouse for siren controls, provide all hardware to be stainless steel where possible, install activation station in dispatch area for siren activation, provide coordination with federal signal startup and training, not limited to tools, testing, trouble shooting and startup of Federal Signal notification equipment located at the James A. Haley Veterans Hospital (JAHVH), 13000 Bruce B. Downs Blvd., Tampa Florida in accordance with Attachment 3- the Statement of Work (SOW). The following line item pertain to the description as stated: See Attachment 2 - Price/Cost Schedule. Performance Period: 30 days after contract award. All services are to be delivered to the James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612. As a part of delivery and acceptance the FOB point is destination. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and offers must fill out attachment 2 price/cost schedule. Offerors must submit their technical and management approach that pertains to the SOW. The provision at 52.212-2, Evaluation -- Commercial Items, will be used. See Attachment 4 basis for award. To be eligible for award offerors must be registered in System for Award Management (SAM) http://www.sam.gov in accordance with the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and additional addenda to the clause included. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and no additional FAR clauses cited in the clause are applicable to the acquisition. 52.204-10 52.209-6 52.219-6 52.219-9 52.219-14 52.219-28 52.222-3 52.222-21 52.222-26 52.222-36 52.222-50 52.223-18 52.225-13 52.232-33 52.222-41 52.222-42 52.222-55 52.222-62 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: 52.203-17 52.204-4 52.204-7 52.204-16 52.204-17 52.212-3 001AL-11-15-A 52.252-2 852.203-70 852.215-71 852.232-72 852.246-71 Attachment 5: Wage Determination WD 15-4571 (Rev.-5) was first posted on www.wdol.gov on. 1/6/2018. (End of Clause) 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. 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) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Network Contracting Office 8 Serena Jordan, 13000 Bruce B. Downs Blvd Tampa, Florida 33612. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) VAAR 852.209-70 ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 2008) (a) It is in the best interest of the Government to avoid situations which might create an organizational conflict of interest or where the offeror's performance of work under the contract may provide the contractor with an unfair competitive advantage. The term "organizational conflict of interest" means that because of other activities or relationships with other persons, a person is unable to render impartial assistance or advice to the Government, or the person's objectivity in performing the contract work is or might be otherwise impaired, or the person has an unfair competitive advantage. (b) The offeror shall provide a statement with its offer which describes, in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or potential organizational conflicts of interest relating to the services to be provided under this solicitation. The offeror shall also provide statements with its offer containing the same information for any consultants and subcontractors identified in its proposal and which will provide services under the solicitation. The offeror may also provide relevant facts that show how its organizational and/or management system or other actions would avoid or mitigate any actual or potential organizational conflicts of interest.; (c) Based on this information and any other information solicited or obtained by the contracting officer, the contracting officer may determine that an organizational conflict of interest exists which would warrant disqualifying the contractor for award of the contract unless the organizational conflict of interest can be mitigated to the contracting officer's satisfaction by negotiating terms and conditions of the contract to that effect. If the conflict of interest cannot be mitigated and if the contracting officer finds that it is in the best interest of the United States to award the contract, the contracting officer shall request a waiver in accordance with FAR 9.503 and 48 CFR 809.503. (d) Nondisclosure or misrepresentation of actual or potential organizational conflicts of interest at the time of the offer, or arising as a result of a modification to the contract, may result in the termination of the contract at no expense to the Government. (End of Provision) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. (End of Provision) QUOTE SUBMISSION: Offers are due on/or before Thursday, 7/20/2018 by 3:00 PM (EST). Quotes shall be sent by e mail only to the Contracting Officer (Serena Jordan at Serena.Jordan@va.gov. Contact Info: Serena B. Jordan, Contracting Officer Organization: NCO 8 Phone No.: 813 972-7591 E-Mail Address: Serena Jordan @va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/36C24818Q0812/listing.html)
- Document(s)
- Attachment
- File Name: 36C24818Q0812 36C24818Q0812.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456727&FileName=36C24818Q0812-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456727&FileName=36C24818Q0812-000.docx
- File Name: 36C24818Q0812 Attachment 1 -Combined Synopsis Solicitation Installation.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456728&FileName=36C24818Q0812-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456728&FileName=36C24818Q0812-001.docx
- File Name: 36C24818Q0812 Attachment 2 -Price and Cost Schedule Public Announcement System.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456729&FileName=36C24818Q0812-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456729&FileName=36C24818Q0812-002.docx
- File Name: 36C24818Q0812 Attachment 3- Statement of Work_.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456730&FileName=36C24818Q0812-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456730&FileName=36C24818Q0812-003.docx
- File Name: 36C24818Q0812 Attachment 4- Evaulaton.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456731&FileName=36C24818Q0812-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456731&FileName=36C24818Q0812-004.docx
- File Name: 36C24818Q0812 Attachment 5 36C24818Q812 Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456732&FileName=36C24818Q0812-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456732&FileName=36C24818Q0812-005.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24818Q0812 36C24818Q0812.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456727&FileName=36C24818Q0812-000.docx)
- Place of Performance
- Address: 13000 Bruce B. Downs Blvd.;Tampa
- Zip Code: 33612
- Zip Code: 33612
- Record
- SN04978701-W 20180705/180703231051-b369ff6768bc526838ec5d2ef69bbb8b (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 |