Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
DOCUMENT

J -- Critical AC service Cananadaigua (VA-18-00150130) - Attachment

Notice Date
9/6/2018
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24218U0068
 
Response Due
9/17/2018
 
Archive Date
11/16/2018
 
Point of Contact
Janine Childs
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION CRITICAL A/C SERVICE MAINTENANCE CANANDAIGUA VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218U0068. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. (iv) This procurement is being issued as a Service Disabled Veteran Owned Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 561210, Facilities Support Services, with a small business size standard of $20.5 Million. (v) The Contractor shall provide pricing to provide services critical A/C service maintenance for the Canandaigua VA Medical Center (VAMC) for a base plus the provision of four option years. See table below: TOTAL PRICING Line Item DESCRIPTION COST PER YEAR 1. Base Year: Critical A/C Service Maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2018 September 30, 2019 2. Option Year 1: Critical A/C Service Maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2019 September 30, 2020 3. Option Year 2: Critical A/C Service Maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2020 September 30, 2021 4. Option Year 3: Critical A/C Service Maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2021 September 30, 2022 5. Option Year 4: Critical A/C Service Maintenance for the Canandaigua VAMC. Period of Performance: October 1, 2022 September 30, 2023 Total Contract Cost (vi) Description of requirement: The contractor shall provide all requirements identified in the attached Statement of Work (SOW). (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination: Canandaigua VA Medical Center 400 Fort Hill Avenue Canandaigua, NY 14424-1159 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: Solicitation number for this requirement as 36C24218U0068 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Terms of any express warranty, if applicable Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-17 Ownership or Control of Offeror (July 2016) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Factor 1 Technical Capability: Provide a maximum of a 5 page capability statement demonstrating technical Capability to meet all of the requirements of the Statement of Work. Provide a copy of Contractor and/or representatives Environmental Protection Agency (EPA) CFC Certification. Provide a copy of Contractor and/or representatives North American Technician Excellence (NATE) Certification, preferred requirement. Provide a copy to show that Industrial HVAC Service Company is trained and familiar with service requirements for identified industrial cooling systems. Provide a copy of certification/qualification for Technicians who have the ability to perform preventative maintenance on identified devices in the equipment list from equipment manufacturers. Factor 2 Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.     Failure to provide the information requested in the evaluation criteria may result in being found non-responsive.     Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 Total Service-Disabled Veteran-Owned and Veteran-Owned Small Business Set-Aside (JUL 2016) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JULY 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 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 (APR 2015) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement. (xiv) N/A (xiv) Quotes are required to be received NO LATER THAN 12:00 PM EDT, Monday, September 17, 2018. This requirement will be awarded as a firm fixed-price purchase order. Submit quotes and supporting documentation by email to Janine Childs at Janine.Childs@va.gov. (xv) Direct your questions to Janine Childs, Contract Specialist, Janine.Childs@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218U0068/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218U0068 36C24218U0068.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579734&FileName=36C24218U0068-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579734&FileName=36C24218U0068-000.docx

 
File Name: 36C24218U0068 P09 - Revised SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579735&FileName=36C24218U0068-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579735&FileName=36C24218U0068-001.docx

 
File Name: 36C24218U0068 P07 - WD 15-4161 date 01242018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579736&FileName=36C24218U0068-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579736&FileName=36C24218U0068-002.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: Department of Veterans Affairs;Canandaigua VAMC;400 Fort Hill Ave;Canandaigua, NY
Zip Code: 14424
 
Record
SN05075914-W 20180908/180906231858-a0db6adec22b6b6c655e67ae17b14e63 (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.