Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2019 FBO #6363
SOLICITATION NOTICE

J -- Barrier Gate Maintenance (317)

Notice Date
4/24/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Services Contracting Team;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
33744
 
Solicitation Number
36C10E19Q0160
 
Response Due
5/3/2019
 
Archive Date
6/2/2019
 
Point of Contact
Eric.Davidson@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION NOTICE 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 the only solicitation; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. 36C10E19Q0160 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99. The combined synopsis/solicitation is Unrestricted. The applicable NAIC Code for this solicitation is 561621, Security Systems Services (except Locksmiths). The contractor shall provide Parking Gate Maintenance Services. CLIN 0001: Base Year: Provide Parking Gate Maintenance Services per the attached Statement of Work. Unit Price___________; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 1001: Option Year 1: Provide Parking Gate Maintenance Services per the attached Statement of Work. Unit Price___________; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 2001: Option Year 2: Provide Parking Gate Maintenance Services per the attached Statement of Work. Unit Price___________; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 3001: Option Year 3: Provide Parking Gate Maintenance Services per the attached Statement of Work. Unit Price___________; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 4001: Option Year 4: Provide Parking Gate Maintenance Services per the attached Statement of Work. Unit Price___________; Quantity: 12; Unit of Issue: Month; Extended Price ____________ Total Price _________________________ Description of Requirement The Veterans Benefits Administration (VBA) St. Petersburgh Regional office has a requirement for Parking Gate Maintenance Services. A maintenance agreement contract is required to ensure that the devices and the systems used to provide secure parking lots to the Regional Office are in peak operable condition to assure the safety of the Government employees and tenant organizations. The manufacturer of the equipment is Federal (G-90CD). The government intends to award a single (all or none), firm fixed price contract. SEE ATTACHED STATEMENT OF WORK. Period of Performance: Base Year: from June 1, 2019 to May 31, 2020 with four option years. FOB Destination Point: VBA St. Petersburgh Regional Office, 9500 Bay Pines Blvd. St. Petersburg, FL 33744. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.217-5 Evaluation of Options (JUL 1990) Offers will be evaluated as follows: Criteria: The Government will evaluate quotes submitted in response to this solicitation based on a consideration of the following factors: Price, Experience and Past Performance. Included with each Contractor s quote, the Contractor is to provide a written statement limited to two pages or less demonstrating how the Contractor has the required Experience needed to successfully perform this requirement. Price: Price will be evaluated to determine if it is fair and reasonable. As stated in VAAR Clause 852.215 70, extra credit will be given to properly registered SDVOSB/VOSB s as follows. a. A qualifying SDVOSB s Evaluated Price will be set at 10% less than their quoted price. b. A qualifying VOSB s Evaluated Price will be set at 5% less than their quoted price. c. All other Acceptable Quotes will have Evaluated Prices equal to their quoted price. Experience: The basis of evaluation under this factor will be focused on the firm s experience in performing contracts and /or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar Parking Gate/System Maintenance Services were successfully provided. Only quotes that demonstrate relevant experience with providing similar services will be eligible for award. Government and commercial sources will be accepted. The Contractor must be a eligible to provide authorized services on Federal (G-90CD). At the request of the Government, the Contractor shall demonstrate to the satisfaction of the Government that the Contractor is an authorized services provider and can purchase new parts directly from the manufacturer. Past Performance. The Contractor shall provide at least one reference that corresponds with the relevant experience provided and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance. Basis for Award: The Government shall make award to that quote that is found to be the lowest priced and meets the Government s stated experience and past performance requirements based upon the stated considerations above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (MAR 2007) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (49) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (56) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) Paragraph c applicable clauses: (7) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) N/A N/A Quotes are due no later than May 3, 2019 by 3:00 PM Eastern Standard Time. The vendor must be active in SAM to receive an award. Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Included with each quote, the Offeror is to provide the following: Completed above solicitation s section v, CLINS 0001-4001 with unit, extended and total price. A written statement limited to two pages or less demonstrating the offeror has the required Experience. One completed Past Performance Questionnaire. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. Quotes shall be submitted electronically to email address Eric.Davidson@va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation #36C10E19Q0160. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. A site visit is tentatively scheduled for Tuesday April 30, 2019 at 1:00 PM EST. The site visit is not mandatory. Please email at Eric.Davidson@va.gov by April 29, 2019 the vendor representative s name that intends to attend the site visit. The site visit address is the VBA St. Petersburgh Regional Office, 9500 Bay Pines Blvd. St. Petersburg, FL 33744 For additional information, please contact the Contracting Officer, Eric Davidson by e-mail at Eric.Davidson@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-APR-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/WDCVARO372/WDCVARO372/36C10E19Q0160/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Veterans Benefits Administration;St. Petersburgh VA Regional Office;9500 Bay Pines Blvd.;St. Petersburgh
Zip Code: 33744
Country: USA
 
Record
SN05291848-F 20190426/190424230047 (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.