DOCUMENT
Z -- Seeking a Small Business to Move the MRI Trailer at Long Beach VAMC. - Attachment
- Notice Date
- 9/18/2018
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- 36C25818B0343
- Response Due
- 8/23/2018
- Archive Date
- 11/21/2018
- Point of Contact
- Roman Cardenas
- Small Business Set-Aside
- N/A
- Description
- INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS PROJECT DESCRIPTION: The contractor shall provide all labor, material, tools and equipment necessary for the project 600-18-103, at Tibor Rubin VA Medical Center, 5901 E,7th Street, Long Beach, CA, 90822, in accordance with items specified herein. The existing Siemens Avanto 1.5T mobile MRI trailer shall be moved to a new location, as shown in the drawings. The contractor shall provide access to electrical power, telephone and data systems needed for the operation of the MRI unit, and shall strictly follow the Site Panning Guide provided by Siemens. PROJECT LOCATION: Long Beach VA Healthcare System 5901 E. 7th Street Long Beach, CA 90822-5201 CONTRACT SPECIALIST: Roman Cardenas Email Roman.Cardenas@va.gov TYPE OF CONTRACT: Firm Fixed Price ESTIMATED COST RANGE: Between $25,000 and $100,000. (In accordance with (IAW) VAAR 836.204(b)) DESIGN: N/A. ESTIMATED COMPLETION TIME: 30 Calendar Days PRE-BID SITE VISIT: An organized site visit will not be scheduled. All interested bidders should contact Syed Ehsan at (562) 826-8000 x 23278 to visit the site prior to bidding. BID CONTENTS: Standard Form 1442. (Box 14-20 completed and signed acknowledging all amendments; do not fill in anything in Award section, from box 21 down). Contractor s License - All Offerors shall submit, issued to the SDVOSB Prime, a current copy of their General Contractor s License, or for those States that do not issue a General Contractor s License, a State issued construction license that pertains to the remodeling or renovation of a building structure. Safety or Environmental violations and Experience Modification Rate (EMR) - All Offerors shall include with their Proposal, past Safety and Environment record and current Experience Modification Rate. BID DUE DATE: Bidders may send electronic bids in accordance with FAR 14.202-8 no later than Friday, 4:00 p.m. (AZ time), September 21, 2018, OR submit One (1) original hardcopy of Bid Contents to the address below: Location: Department of Veteran Affairs ATTN: Roman Cardenas, IFB#36C25818B0343 777 E. Missouri Ave Suite 300, 3rd Floor Conference Room Phoenix, AZ 85014 *All bids must be received in a sealed package. **Bids received after the time and date specified above, shall be rejected as late. PUBLIC BID OPENING: Will be held on Friday, 4:00 p.m. (AZ time), September 21, 2018, Location: Department of Veteran Affairs 777 E. Missouri Ave Suite 300, 3rd Floor Conference Room Phoenix, AZ 85014 DAVIS BACON WAGE RATE Compliance to Labor Standards Provisions and Bid Davis Bacon Wage Rate Determinations for Los Angeles County is required. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) The North American Industry Classification System (NAICS) Code for this procurement is 238210. BUY AMERICAN ACT: VA does not anticipate accepting an offer that includes foreign construction material. More info about this can be found under the following provisions and clauses: FAR 52.225-9, 52.225-10; VAAR 852.236-89. BUY AMERICAN ACT: VA does not anticipate accepting an offer that includes foreign construction material. More info about this can be found under the following provisions and clauses: FAR 52.225-9, 52.225-10; VAAR 852.236-89. REQUEST FOR INFORMATION: All Requests for Information (RFIs) regarding this must be received no later than Thursday, September 20, 2018 @ 10:00 AM (AZ time),via e-mail to roman.cardenas@va.gov, to allow a reply to reach all prospective bidders before the submission of their bids. Responses to questions will be posted as an amendment to the solicitation and the government reserves the right to consolidate questions and responses. Amendments to the solicitation must be acknowledged in the space provided in Block 19 of the SF1442 or by returning a signed copy of the amendment with the bid on the bid due date. Bidder are strongly cautioned to check the Federal Business Opportunities http://www.fbo.gov website frequently and to refresh their web page to ensure they have the latest information. This solicitation requires registration with the System for Award Management (SAM) pursuant to applicable regulations and guidelines. All must also complete an electronic annual representations and certifications (formerly ORCA). Registration information can be found at www.sam.gov. SAFETY OR ENVIRONMENTAL VIOLATIONS AND EMR All Bidders shall submit information pertaining to their past Safety and Environmental record. The information will be reviewed such that the offeror has no more than three (3) serious, or one (1) repeat or one (1) willful Occupational Safety and Health Administration (OSHA) or any Environmental Protection Agency (EPA) violation(s) in the past three (3) years. All Bidders shall submit information pertaining to their past Safety and Environmental record. The information must contain a certification that the offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years. If such certification cannot be made, an Offeror shall explain why and submit as much information as possible regarding the circumstances of its past safety and environmental record, including the number of EPA violations and/or the number of serious, repeat, and/or willful OSHA violations, along with a detailed description of those violations. All Bidders shall submit information regarding their current Experience Modification Rate (EMR). This information shall be obtained from the Bidder s insurance carrier and be furnished on the insurance carrier s letterhead. If a Bidder s EMR is above 1.0, Bidder/Offeror must submit a written explanation of the EMR from its insurance carrier furnished on the insurance carrier s letterhead, describing the reasons for the elevated EMR and the anticipated date the EMR may be reduced to 1.0 or below. Self-insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and PR shall obtain their EMR rating from their state run worker s compensation insurance rating bureau. A Determination of Responsibility will be accomplished for the apparent awardee prior to processing the award. The above information, along with other information obtained from Government systems, such as the Occupational safety and Health Association (OSHA) and Environmental Protection Agency (EPA) online inspection history databases will be used, in part, to make the Determination of Responsibility. Failure to affirm being within the guidelines above will result in a determination of Non-Responsibility for the bidder. Failure to submit this information will result in a determination of Non-Responsive for the bidder. Note: Any information received by the Government that would cause for a negative Determination of Responsibility will make the bidder ineligible for award. This requirement is applicable to all subcontracting tiers, and prospective prime Contractors are responsible for determining the responsibility of their prospective subcontractors. - - END OF SECTION - -
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818B0343/listing.html)
- Document(s)
- Attachment
- File Name: 36C25818B0343 36C25818B0343_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596583&FileName=36C25818B0343-014.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596583&FileName=36C25818B0343-014.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25818B0343 36C25818B0343_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4596583&FileName=36C25818B0343-014.docx)
- Record
- SN05093848-W 20180920/180918230916-daad939081e82066872e600d67207795 (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 |