SOLICITATION NOTICE
J -- Solicitation MAINTAIN AUTOMATIC DOORS
- Notice Date
- 2/22/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24919Q0164
- Response Due
- 3/1/2019
- Archive Date
- 4/30/2019
- Point of Contact
- karen.williams13@va.gov
- Small Business Set-Aside
- N/A
- Description
- Page 6 of 6 COMBINED SYSNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS (I) GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24919Q0164 Product or Service Code: J099 Maint/Repair/Rebuild of Equipment-Miscellaneous Set Aside: Unrestricted NAICS Code: 561210 Facilities Support Services Small Business Size Standard $38.5 Million Dollars (II) DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. A firm-fixed-priced contract will result from this procurement. This solicitation is a request for quotations (RFQ). This solicitation document incorporates clauses and provisions that are in effect through Federal Acquisition Circular 2005-101, 10-26-2018. This combined/synopsis solicitation is posted for full and open competition. Sources Sought Notice 36C24919Q0103 was posted to Fed Biz Opps (FBO) on 1-09-2019 with responses due 1-15-2019. One response was received. As a result, this requirement is not being set aside for any specific socioeconomic category due to a lack of responses requested and other results of market research conducted during the market research phase of this acquisition. This acquisition will be made pursuant to the authority in FAR Part 13, Simplified Acquisition Procedures. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the FAR and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). (III) STATEMENT OF WORK All interested companies shall provide quotes for the following: Statement of Work (SOW) Scope of Work The Department of Veterans Affairs (VA) Tennessee Valley Healthcare System (TVHS), Nashville VAMC located at 1310 24th Ave. N., Nashville, TN 37212, requires a contractor furnish all labor, parts, material, inspections, cleaning, lubrications, adjustments, and repair and replacement components necessary to maintain operation of the automatic doors stated within this SOW, as applicable. The listing of Automatic Doors is specified in Attachment A. Preventative maintenance is required on a semiannual basis and Emergency call services as approved between the contractor and COR. Work shall be performed during the hours of 7:00 a.m. to 3:30 p.m., Monday through Friday. Emergencies are anything the COR deems an emergency. The following listing may be considered emergent but is not all-inclusive: Entrance or exit is unsafe. Doors cannot be closed and secured. Anything deemed by the COR to be a security problem. Safety mat or hold open device is inoperative. D. Normal Business hours coverage (7:00 a.m. to 3:30 p.m.) Monday through Friday, excluding holidays is required. All preventative maintenance will be performed during normal hours unless requested or approved by the COR or his designee. Federal Holidays observed by the VA Medical Center are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day If the holiday falls on a Sunday, Monday will be the holiday. If a holiday falls on a Saturday, Friday will be the holiday. The Nashville VA Medical Center requires the following services for one base period and four option years referenced within the attached Attachment A. If changed, a bilateral modification of the contract would be required: The majority of main parts must be available in sufficient quantity to ensure normal routine replacements. Personnel Qualifications: Maintenance must be performed by qualified technician experienced in the repair and maintenance of automatic doors. Personnel must be fully trained and experienced to maintain the various types of doors specified. During semiannual inspections, the service technician must be accompanied by the Maintenance Supervisor or designee thereof and report to room E06 to coordinate the work to be performed. A signed service ticket will be submitted to the COR. Payment will not be made until a service ticket is submitted. Service ticket shall provide the following information: Name of Contractor. Name of Field Service Engineer performing maintenance/repairs. List of doors and/or repairs. If all may state as specified in "SO" Date and time of arrival and departure. VA purchase order number(s) covering the call (for the contract or one provided for authorized work performed outside normal hours of coverage or not covered by the contract). List of parts replaced. Description of problem reported by COR/user (if applicable). Signatures: a. Field Service Engineer b. COR or designated representative. Payments and additional charges: Invoices will be paid IN ARREARS upon completion of work. The Contractor shall submit invoices using the OB10 system. Invoices, SHALL INCLUDE, at a minimum, the following information: Contractor name, purchase order number, period of service the billing covers, list of equipment items covered during the stated period of service. Reporting required for services beyond the contract scope: The Contractor shall immediately, but not later than twenty-four (24) hours after discovery, notify the CO and the COR, IN WRITING of the existence or the development of any defects in, or repairs required to the schedule of equipment which the Contractor considers not to be responsible for under the terms of this contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. References A. Standards of operation must meet factory tolerance specifications at all times. Progress and Compliance No reports will be due. Notes and Other Information None. End of Statement of Work (IV) CONTRACT LINE ITEM NUMBERS (CLIN) Offerors shall utilize the attached document that is entitled S02_CLIN Offer Sheet when providing pricing. FAR 52.217-8, Option to Extend Services is included in this RFQ. Pricing for this clause will be evaluated during the cost/price evaluation. The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates referenced within CLINS 4001 through 4002. Evaluation of options shall not obligate the government to exercise such options under any option clause. (V) DATE(S) AND PLACE(S) OF DELIVERY Delivery Address: Department of Veterans Affairs Nashville VA Medical Center 1310 24th Avenue S. Nashville, TN 37212 (VI) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS APPLIES TO THIS SOLICITATION ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Offerors shall submit quotes on company letterhead and include the Price/Cost Schedule that is attached to this announcement (See S02_Contract Line Items). Offerors shall include unit price, total, unit quantity and item description as specified in the attached offer form, as quoted discounts, proposed delivery time, name, address, and telephone number of the offeror, firm s DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, and a completed copy of FAR 52.212-3 Representations and Certifications- Commercial Items. All prospective offerors must include appropriate references which must include all applicable company information. The government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the government, only price considered. This RFQ is issued in accordance with FAR 12 and in conjunction with Simplified Acquisition Procedures Far Part 13. A single award will be made to the lowest fair and reasonable priced quote. Evaluation of Quotes: The government will select the quote that represents the best benefit to the government at a price that can be determined reasonable. The government will evaluate price only. The government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). (End of Provision) (VII) 52.212-3 OFFEROR REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS System for Award Management (SAM) located at www.sam.gov will be checked, upon receipt of offers and at the time of award, to verify ACTIVE registration status and self-certification for the required socio-economic category. FILL IN THIS PROVISION AS REQUIRED. (VIII) 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS APPLIES TO THIS SOLICITATION (IX) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS The following FAR clauses identified within paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222.21, 52.222-26, 52.222-36, 52.222-41, 52.222-50, 52.223-11, 52.223-18, 52.223-20, 52.225-1, 52.225-3, 52.225-13, and 52.232-34. (X) THE FOLLOWING FAR CLAUSES AND/OR PROVISIONS ARE APPLICABLE TO THIS ACQUISITION 52.204-7, 52.204-13, 52.204-16, 52.204-18, 52.217-5, 52.217-8, 52.217-9, 52.232-40, 52.252-1, and 52.252-2. (XI) THE FOLLOWING VAAR CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION 852.203-70, 852.232-72, 852.237-70, and 852.270-1. In accordance with VAAR 852.252-70, the following provisions shall be submitted with any offer received in responsible to this solicitation: FAR 52.212-3 Read the first paragraph of this provision for information that must be filled-in and submitted with all offers. (XII) THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM (DPAS) IS NOT APPLICABLE TO THIS ACQUISITION (XIII) QUOTES/OFFERS All quotes/offers shall be submitted via email to the contract specialist (CS), Karen Williams, at karen.williams13@va.gov no later than 2:00 PM CT on March 1, 2019. All quotes/offers submitted must include the solicitation number 36C24919Q0164 and Title in the subject line of the email. Quotes received after this date and time will be not be considered for award. (XIV) QUESTIONS To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the CS, Karen Williams, at karen.williams13@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the solicitation number and Title, contractor name, city, state, telephone, email address and the RFI question(s). No RFI received after 2:00 PM CT on February 27, 2019 will be answered unless the CO determines it to be in the best interest of the government to do so. Telephone requests for information will not be accepted. A pre-offer site visit will not be considered. The government will not provide paper copies of the solicitation. Telephone, written, or facsimile requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fbo.gov frequently. (XV) CONTACT INFORMATION Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 9 1639 Medical Center Pkwy. Murfreesboro, TN 37129 Primary Point of Contact: Karen Williams Contract Specialist, NCO 9 Karen.Williams13@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24919Q0164/listing.html)
- Place of Performance
- Zip Code: 37212
- Record
- SN05230890-F 20190224/190225091101 (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 |