Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2019 FBO #6419
SOLICITATION NOTICE

J -- Request for Quotation 36C25519Q0520 ST. LOUIS VAMC JOHN COCHRAN- WATER SUPPLY

Notice Date
6/19/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25519Q0520
 
Response Due
7/5/2019
 
Archive Date
10/3/2019
 
Point of Contact
(913) 946-1989
 
Small Business Set-Aside
N/A
 
Description
RFQ 36C25519Q0520 Page 1 of 3 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25519Q0520 Issue Date: June 19, 2019 Original Response Date: July 5, 2019 @ 12:01 P.M. CDST Product or Service Code: J048 Set Aside (SDVOSB/VOSB): SDVOSB/VOSB NAICS Code: 238220 Site Visit: June 21, 2019 @10:00 A.M. CDST (John Cochran VA Medical Center, in front of Building 1, Outside of Starbuck s Coffee Shop entrance) Offers are due Friday, July 5, 2019 @ 12: 01 P.M. CDST. Contracting Office Address: Network Contracting Office 15 Contract Specialist Sally Machetta Contracting Officer Michael Cumins 3450 S 4th Street Trafficway Leavenworth, Kansas 66048 COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation (36C25519Q0520) is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. All responsible sources may submit a proposal. The North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15.0 million. Offerors must be registered in the Central Contractor Registration (CCR) at https://www.sam.gov/SAM/ to be considered for an award. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of these clauses and provisions, please see www.acquisition.gov. The Government contemplates an award of a Firm Fixed Priced Contract resulting from this solicitation. Description of Project: This procurement is for: Services, Non-Personal. Purchase and replacement of One (1) 6- inch Post Indicator Valve, outside Building 1, at the St. Louis VA Healthcare System, John Cochran Medical Center, 915 N. Grand Blvd, St. Louis, MO 63106. Currently, the Post Indicator Valve is frozen in an open position and the valve will not close. This project is for services to remove the existing PIV with a new PIV and all associated tasks, parts, equipment, materials and documentation per the requirements of the Performance Work Statement and other places in this document and the resulting contract. The intent of this contract is to purchase and replace One (1) 6-inch Post Indicator Valve which is located outside of Building 1 at the St. Louis VA Healthcare System, John Cochran Medical Center, 915 N. Grand Blvd, St. Louis, MO 63106. The Post Indicator Valve and accessories shall be designed and installed per NFPA and VA guidelines to meet the original design or as otherwise stated in the Performance Work Statement (PWS). Services Requested: The Contractor(s) shall provide all labor, supervision, tools, transportation, equipment and materials necessary to remove and replace One (1) 6-inch Post Indicator Valve located outside of Building 1 at the John Cochran Medical Center. Prior to commencement of work, the John Cochran Medical Center will shut off street key on Bell Street and in the pipe basement. In addition, VA employees will refill system and make ready for customer startup upon completion of the installation. The Contractor will be required to dig approximately five to six feet to reach the connection point installation of the pipe, and to refill the dig site after all testing of the Post Indicator Valve. 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. The Place of Performance is: St. Louis VA Healthcare System, John Cochran Medical Center, 915 N. Grand Blvd, St. Louis, MO 63106. Specific location: Outside of Building 1. Site Visit: June 21, 2019 @ 10:00 A.M. CDST, at the location specified in Item 9 above, at the entrance of Building 1, outside of Starbuck s Coffee Shop. All vendors interested in performing this requirement are highly encouraged to attend. The Hours of Operation are: Normal working hours between 0730- 1600. The Pipe Shop Foreman (COR) will be the Contractor s point of contact. All questions concerning coordination of installation activities should be in writing and sent to the Contracting Officer. Performance shall begin on the effective date of the contract and shall be completed no later than August 8, 2019, unless the Contracting Officer expressly authorizes an extension. The Contractor shall provide certification that work was approved and accepted by the COR at the John Cochran Medical Center. The Contractor must submit validation that work was completed satisfactorily with request for payment. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ closing date will be considered. The Government will award a single contract resulting from this RFQ to the responsible offeror whose offer represents the lowest price technically acceptable (LPTA). The Contractor shall provide a manufacturer s parts and defects warranty for a period of one (1) year from the date of original installation. The Government will monitor the Contractor s performance under this contract in accordance with the terms and conditions of the contract. Please submit the following documents in response to this RFQ: Quotation Cover Page Technical Capability Statement Price Quotation Offers must submit representations and certifications in accordance with the provision at FAR 52.212.3 Offeror Representations and Certifications- Commercial Item. (Accessible at FAR site: http://farisite.hill.af.mil) Offers are due Friday, July 5, 2019 @ 12: 01 P.M. CDST Vendor Work Warranty The Contractor shall provide a warranty for a period of one (1) year from the date of original installation for all work completed. Attachments Please see attached Performance Work Statement, Attachment No. 1 for Description of the Requirement Please see attached Instructions to Offerors, Attachment No. 2 IMPORTANT NOTE: Wage Determination, WD 2015-5075, as revised by the Department of Labor applies to this contract. Basis of Award The Government intends to award a contract from this Combined Synopsis/Solicitation to the responsible quoting vendor whose quote is the Lowest Price Technically Acceptable (LPTA). FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018). FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Oct 2018), applies to this acquisition. Offerors must complete annual representations and certifications on line at http://sam.gov/SAM in accordance with FAR 52.212 3, Offerors Representations and Certifications Commercial Items. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. (See Attachment No. 3) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018), applies to this acquisition. ADDENDUM to FAR 52.212-4- Contract Terms and Conditions- Commercial Items, applies to this acquisition. Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (OCT 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2019), applies to this acquisition. FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (OCT 2015) FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) FAR 52.222-19 Child Labor- Cooperation of Authorities and Remedies (JAN 2018) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEPT 2016) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) FAR 5.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (JAN 2019) FAR 52.222-54 Employment Eligibility Verification (OCT 2015) FAR 52.224-3 Privacy Training (JAN 2017) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) FAR 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items. FAR 52.222-41 Service Contract Labor Standards (AUG 2018) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) FAR 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) VAAR 852.252-70 - Solicitation provisions or clauses incorporated by reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. VAAR 852.203-70 Commercial advertising (MAY 2018) 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 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.237-70 Contractor responsibilities (APR 1984) (See full text below) 852.237-70 Contractor responsibilities. 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 Missouri. 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) VAAR 852.270-1 Representatives of contracting officers (JAN 2008) VAAR 852.273-70 Late offers (JAN 2003) VAAR 852.273-74 Award Without Exchanges (JAN 2003) Quotes are due no later than July 5, 2019 @ 12: 01 P.M. CDST via email to: Sally.machetta@va.gov or by U.S. Postal Service, Commercial Courier or Hand-Carried to: Department of Veterans Affairs Network Contracting Office 15 Attn: Sally Machetta 3450 S. 4th Street Trafficway Leavenworth, Kansas 66048 Contact: Sally Machetta, Phone: (913) 946- 1989 NOTE: No quotes will be accepted via facsimile (fax or telefax) Attachment 1 SECTION 1 GENERAL: PERFORMANCE WORK STATEMENT (PWS) Purpose: This procurement action is for the purchase and replacement of One (1) 6- inch Post Indicator Valve outside Building 1 at the St. Louis VA Healthcare System, John Cochran Medical Center, 915 N. Grand Blvd, St. Louis, MO 63106. Currently, the Post Indicator Valve is frozen in open position and the valve will not close. The Post Indicator Valve (PIV) is a valve assembly used to open or close the water supply to fire protection systems in large buildings. It consists of a conventional gate or butterfly valve located on the fire system water main with a raised post that protrudes above ground level or from a wall. The valve actuator and a visual indicator of the valve status are housed at the top of the post. This arrangement allows the valve to be opened and closed easily and for its position to be clearly seen. The three main types- ground, pedestal and wall- are installed in different configurations and orientations. The existing is a ground post indicator. The intent of this contract is to purchase and replace One (1) 6-inch Post Indicator Valve which is located outside of Building 1 at the St. Louis VA Healthcare System, John Cochran Medical Center, 915 N. Grand Blvd, St. Louis, MO 63106. The Post Indicator Valve and accessories shall be designed and installed per NFPA and VA guidelines to meet the original design or as otherwise stated in the Performance Work Statements (PWS). 1.1.2 The Department of Veterans Affairs will be responsible for the following: a) John Cochran Division Pipe Shop will be responsible for shutting off street key on Bell Street and in the pipe basement prior to Contractor commencement of work, and b) VA FTE s will also refill system and make it ready for contractor startup upon completion of the installation. Place of Performance: St. Louis VA Healthcare System, John Cochran Medical Center, 915 N. Grand Blvd, St. Louis, MO 63106. Specific location: Outside of Building One at John Cochran Medical Center. Hours of Operation: Normal working hours between 0730-1600 CST. Scope of Work: Services, Non-Personal: The Contractor(s) shall provide all labor, supervision, tools, transportation, equipment, and materials necessary to remove and replace One (1) 6-inch Post Indicator Valve located outside of Building 1 at the John Cochran Medical Center. Prior to commencement of work, the John Cochran Medical Center will shutoff street key on Bell Street and in the pipe basement. In addition, VA employees will refill system and make ready for customer startup upon completion of the installation. The Contractor will be required to dig approximately five to six feet to reach the connection point installation of the pipe, and to refill the dig site after all testing of the Post Indicator Valve. The Pipe Shop Foreman (COR) will be the Contractor s point of contact. All questions concerning coordination of installation activities while at the medical center shall be directed to the Pipe Shop Foreman. A site visit will be conducted on Friday, June 21, 2019, at 10:00 AM CDST at the John Cochran VA Medical Center, at the entrance of Building 1, outside of Starbuck s Coffee Shop. The Contractor shall be capable of full performance of all required services on the effective date of contract award (July 5, 2019). Performance will begin on the effective date of contract and shall be completed no later than August 8, 2019, unless the Contracting Officer expressly authorizes an extension. The Contractor shall provide certification that work was approved and accepted by the POC at the John Cochran Medical Center. The Contractor must submit validation that work was completed satisfactorily with request for payment. 36C25519Q0520 Page 1 of Page 44 of 44 Page 1 of The Contractor shall provide a manufacturer s parts and defects warranty for a period of one (1) year from the date of original installation. Recognized U.S. Federal Legal Holidays: Not applicable regarding contract performance since services are required every day of the 365-day period, except that U.S. Federal Legal Holidays are recognized by this contract and the U.S. Department of Labor (DoL) for compliance with Wage Determination Number 2015- 5075, as issued and amended by DoL, in accordance with the Service Contract Labor Standards Act. The Wage Determination lists applicable U.S. Federal Legal Holidays and requirements for compliance. Performance Monitoring: The Contracting Officer and/or any person designated in writing by the Contracting Officer will monitor the Contractor s performance in accordance with this Performance Work Statement (PWS). The Contracting Officer and/or any other person designated in writing by the Contracting Officer will inspect the Contractor s work performance to ensure compliance with federal, state and local laws, and health, sanitation, safety, security and fire prevention standards. Such inspections may be conducted at unannounced times. The Contractor shall maintain a program of self-inspection, acceptable to the Government, to ensure compliance with this contract and its terms and conditions. Records of inspections shall be maintained and made available to the Contracting Officer or his/her designated representative when requested. The Contractor and its employees shall be courteous to all persons served under this contract. Courtesy rendered shall be equal to that in commercial hospitality environments. SECTION 2 DEFINITIONS Agency: An executive department in the executive branch of the Government CFR: Code of Federal Regulations. Contracting Officer (or CO): A person with the authority, within his/her limits of authority, to enter into, administer, and/or terminate the contract, and make changes to the contract. Contracting Officer s Representative (or COR): A person, including a Contracting Officer s Technical Representative (COTR), designated and authorized in writing by the Contracting Officer to perform specific technical or administrative functions and is subject to strict limitations. CPARS: Contractor Performance Assessment Reporting System. DoL: Department of Labor FAR: Federal Acquisition Regulation. Invoice: Demand for payment for services performed. NCO 15: Network Contracting Office 15. NFPA: National Fire Protection Association PWS: Performance Work Statement. Services, Non-Personal: The Government does not exercise any supervision or control over the contract service workers performing the services herein. Such contract service workers shall be accountable solely to the Contractor who, responsible to the Government. USC: United States Code. VA: Veterans Affairs VAMC: Veterans Affairs Medical Center. VAAR: Veterans Affairs Acquisition Regulation, the agency supplement to the FAR. VHA: Veterans Health Administration. Veterans Integrated Service Network. INSTRUCTIONS TO OFFERORS Per Federal Regulations Acquisitions (FAR), Subpart 12.603, the following clauses and provisions apply: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Instructions to Offerors Offeror shall evidence/demonstrate the following technical capabilities in writing: The Offeror shall provide all labor, supervision, tools, transportation, equipment, and materials necessary to remove and replace One (1) 6-inch Post Indicator Valve located outside of Building 1 at the John Cochran Medical Center. The Offeror will be capable of full performance of all required services on the effective date of the contract award. The Offeror will provide a price quotation. The Offeror will identify its program manager, (e.g. Point of Contact) for this procurement. The Offeror will provide a manufacturer s parts and defects warranty for a period of one (1) year from the date of original installation. The Offeror will provide proof of liability insurance. Basis of Award The Government intends to award a contract from this Combined Synopsis/Solicitation to the responsible quoting vendor whose quote is the Lowest Price Technically Acceptable (LPTA) Offeror shall complete annual representations and certifications on line at https://sam.gov/SAM/ in accordance with FAR 52.212 3, Offerors Representations and Certifications Commercial Items. Offers from Offerors who are not registered in SAM at the time of offer shall not be accepted. Quotations must be submitted to Department of Veterans Affairs Network Contracting Office 15 Attn: Sally Machetta, Contract Specialist 3450 S 4th Street Trafficway Leavenworth, Kansas 66048 Contact: Sally Machetta, Phone: (913) 946-1989 email Sally.machetta@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUN-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/LeVAMC/VAMCKS/36C25519Q0520/listing.html)
 
Record
SN05346520-F 20190621/190619230100 (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.