Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2019 FBO #6491
SOLICITATION NOTICE

J -- Generator PM and Load Bank Testing

Notice Date
8/30/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;Dayton VA Medical Center;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q1344
 
Response Due
8/30/2019
 
Archive Date
10/29/2019
 
Point of Contact
donna.sizemore@va.gov
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C250-19-Q-1344 Posted Date: Original Response Date: September 16, 2019 @ 1400, EDT Product or Service Code: J061 Maintenance and Repair of Power Distribute Equipment Set Aside (SDVOSB/VOSB): Small Business NAICS Code: 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Contracting Office Address Department of Veterans Affairs Network Contracting Office (NCO) 10 Dayton VA Medical Center 3140 Governor s Place Blvd, Suite 200 Kettering OH 45409-1337 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $7.5M. The Network Contracting Office (NCO) 10 is seeking to purchase services for the generators located in 13 buildings as described in detail within the Specific Requirements/Tasks section. This procurement is a 100% Small Business set-aside IAW FAR 19.219-6, Notice of Total Small Business Set-Aside. All interested companies shall provide quotations for the following: STATEMENT OF WORK For the Generator PM & Load Bank Testing GENERAL Background The mission of the Dayton VA Medical Center is To provide Veterans a continuum of care that is accessible, value-added, cost-effective, and of the highest quality within an environment of outstanding education and research and to promote a culture that supports and develops a caring, compassionate, competent, and quality-oriented workforce. This acquisition has been a requirement for five or more years within the Engineering Services (EMS) office to provide load bank testing of generators located at the Dayton VA Medical Center campus. 1.2 Objective Load bank testing on the generators is required to satisfy VA Directive 1028 and NFPA code requirements for Emergency power supply systems. 1.3 Scope of Work The contractor shall provide all resources necessary to accomplish the tasks described in this statement of work (SOW), except as may otherwise be specified. The contractor shall service generators located in 13 buildings as described in detail within the Specific Requirements/Tasks section. Service request is for One year, FY 2020, with four option years for the Dayton VA Medical Center s Generator PM & Load Bank Testing. 1.4 Performance Period The contractor shall complete the work required under this SOW starting in October of each calendar year to be completed by the end that same year, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. 1.5 Place of Performance Dayton VA Medical Center 4100 W. Third Street Dayton OH 45428-9000 Buildings: Building 411 Building 330 Building 310 Building 147 Building 302 Building 320 Building 330 Building 408 Building 409 Building 128 Building 120 Building 127 Building 131 1.6 Applicable Documents: VA Directive 1028 and all applicable NFPA code requirement 2.0 SPECIFIC REQUIREMENTS/TASKS 2.1 Task One - The contractor shall contact the Electrical Unit Supervisor to schedule all work, provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the work. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the purchase order as defined in the technical proposal. All work to be done 8am-5pm Monday through Friday except federal holidays. Contractor to provide all material, labor, equipment and supervision needed to: 2.1.1 Service to Load Bank Test: (1) one Generator located in Building 411. (2) two Generators 6 & 7 located in west of Building 330 s Cooling Towers. (3) Two Generators located in building 310. (4) One generator located in building 147. (5) One generator located at building 302. (6) Two generators located at building 320. (7) Four Generators located in building 330. (8) One Generator located at building 408. (9) One generator located at building 409. (10) one generator located at building 128. (11) One generator located at building 120. (12) one generator located at building 127. (13) One portable generator located at building 131 2.1.2 Generator shall be Load Tested at the intervals described: 30% of nameplate rating for 60 minutes, followed by 55% of nameplate rating for 60 minutes, followed by 80% of nameplate rating for 120 minutes for a total of four hours 2.2 Task Two - Service to provide all material, labor and supervision needed to PM (19) nineteen Emergency Generators (October 2019) & nineteen Generators in Calendar 2021, 2022, 2023 & 2024. (NOTE) Option year two - generator maintenance shall include replacing the lead acid batteries on all of the generators except those located at building 330 serving generators 1 thru 4 and 6&7 See attached Generator Schedule for Generators and Sizes to be P.M. See attached Generator PM Check List for work to be performed. 3.0 DELIVERABLES 3.1 All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. 3.2 Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 5 calendar days from the date of receipt. The contractor shall have 5 calendar days to deliver the final deliverable from date of receipt of the Government s comments. Task One Deliverable: A detailed work plan and briefing shall be provided a week prior to any planned PM work. Notify the electric shop supervisor the day after the planned PM s are completed Task Two Deliverable: A follow up email and paper copy giving detailed results of the PM/load banking shall be given as each planned PM is completed. 4.0 GOVERNMENT FURNISHED PROPERTY/EQUIPMENT/INFORMATION N/A 5.0 REPORTING REQUIREMENTS Refer to Task One and Two Deliverables. 6.0 GOVERNMENT RESPONSIBILITIES Access to areas & equipment to be PM & Tested 7.0 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Position Sensitivity: The position sensitivity has been designated as Low Risk VA Information System: No contractor access to a VA Information System Hardware or Software is performed under this contract. No contractor access to a VA Information System VA Protected Health Information (PHI), nor VA Personally Identifiable Information (PII) is allowed or performed on this contract. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards and VA Directives and Handbooks as VA personnel regarding information and information system security. Background Investigation: A Station ID Badge is required and at this time, no background investigation is necessary. Note: All work must be complete within 15 days or less once Station ID Badge has been issued. If work is expected to take more than 15 days, then Contractor must go through the PIV Badge process with the VA Office of Security and Law Enforcement which requires a background investigation and completion of more detailed forms. Contractor Responsibilities: Contractor must obtain Station ID Badge from the Police, Building 127. Contractor can visit as a walk in Monday Friday 8:30 4:00pm. Must present a valid Driver s License. Government Responsibilities: The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor s employees, after receiving a list of names and addresses. Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor. Access to areas & equipment to be PM & Tested Other Pertinent Information or Special Considerations: Wage Determination No.: 2015-4732, Revision No. 8, Date Of Last Revision: 12/26/2018 incorporated by reference. (added to the Performance Work Statement as a reference) Risk Control: N/A Period of Performance: Base Year - 9/27/2019 9/26/2020 Option Year 1 9/27/2020 9/26/2021 Option Year 1 9/27/2021 9/26/2022 Option Year 3 9/27/2022 9/26/2023 Option Year 4 9/27/2023 9/26/2024 Delivery Schedule: To be agreed upon between contractor and customer at initial meeting. Attachment A to the Statement of Work Schedule of Deliverables Deliverable No. One Item A detailed work plan and briefing for the VA project team Quantity For each generator tested Delivery Date Within 30 calendar days after award or the fall of each year Two A follow up email and paper copy For each generator tested Within 7 calendar days of completed PM The full text of FAR provisions or clauses may be accessed electronically at http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/. The following solicitation provisions apply to this acquisition: FAR 52.204-7, System for Award Management (October 2018) FAR 52.212-1, Instructions to Offerors Commercial Items (October 2018), applies to this solicitation. No addenda are attached. FAR 52.212-2, Evaluation Commercial Items (October 2014) as amended. 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, price and other factors considered. The following non-price factors, listed in descending order of importance, will be used to evaluate quotes: (1) Technical Evaluation meeting or exceeding the requirement and (2) Past Performanc. The non-price factors when combined are significantly more important than the Price Factor. It should be noted that award can be made to other than the lowest priced vendor, if the Government determines that a price premium is warranted due to merits of one (1) or more of the non-price factors. Price alone will not be the primary determining factor, and the eventual award will not be based on low price alone. FACTORS TO BE EVALUATED Non-price factors (in descending order of importance): Technical Approach - The quote will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in meeting or exceeding the requirements presented in the RFQ, and the extent to which uncertainties are identified and resolutions proposed. A quote which merely restates the requirement or states that the requirement will be met, without providing supporting rationale, is not sufficient. Vendor must show knowledge of to include certifications, training, etc. working on the equipment (generators) and in conducting load bank testing. Past Performance - The Past Performance Approach will be evaluated based on PPIRS for the last 3 years and other Government sources for quality, timeliness, and relevance (i.e., experience in providing services similar in size, scope, and complexity) as described in the SOW. The Government will make determination of relevance. Price related factors: Price - The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The above factors shall be used to evaluate offers - Best Value. Technical Approach, Past Performance and Socioeconomic Consideration will be considered significantly more important than Price when evaluating quotes. RATING SCALE & DEFINITIONS RATING DEFINITION Outstanding Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. Marginal Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. It is the intent of the VA to solicit quotes and award the contract on a competitive basis. Award will be made for a period of a base year with four option years. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (October 2018), applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. Information must be included with offer if not completed within the System of Award Management (SAM.GOV) website. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018), applies to this solicitation. There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2019), applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR Clause 52.208-9 Contractor Use of Mandatory Sources of Supply or Services FAR 52.203-16, Preventing Personal Conflicts of Interest FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-13, System for Award Management Maintenance FAR 52.204-14, Service Contract Reporting Requirements FAR 52.213-2, Invoices FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concern FAR 52.219-9, Small Business Subcontracting Plan FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-14, Limitations on Subcontracting FAR 52.219-16, Liquidated Damages Subcontracting Plan FAR 52.219-28, Post Award Small Business Program Re-representation FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-41, Service Contract Labor Standards (Reference Wage Determination No.: 2015-4732, Revision 8, dated 08/02/2019) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management FAR 52.242-5, Payments to Small Business Subcontractors Other VA Acquisition Regulation Provisions and Clauses VAAR 852.203-70, Commercial Advertising VAAR 852.215-71, Evaluation Factor Commitments VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.237-70, Contractor Responsibility VAAR 852.270-1, Representatives of Contracting Officers SITE VISIT: A Site Visit shall be conducted on Friday, September 6, 2019 from 1000 - 1200 hours (10:00am 12:00pm). You will meet Markus Watts at Building 128, Electrical Door, on the Main Dayton VA Hospital. Please be aware, walking will be required, comfortable shoes encouraged, the campus is quite large. QUESTIONS shall be received between September 4 - 9, 2019 and answers shall be provided on Wednesday, September 11, 2019. Any and all questions or concerns regarding this solicitation should be forwarded in writing ONLY via e-mail to the contract specialist, Donna Sizemore, Contractor, TAG, donna.sizemore@va.gov. All offerors shall email proposals to donna.sizemore@va.gov. Proposals shall include: Technical capabilities on completing Performance Work Statement scope and requirements cost proposal to include Item #, Bldg #, Description, Qty, Unit Price and Extend Price. Options shall be priced separately as well as Battery Install in Option Year 2, and Wage Determination rate as referenced herein. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" offeror shall list exception(s) and rationale for the exception(s). Submission of Quotes shall be received not later than September 16, 2019 @ 1400, EDT via email to Donna.Sizemore@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Donna Sizemore, Contractor, TAG, donna.sizemore@va.gov, (937) 268-6511 ext 2324 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-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/DaVAMC552/DaVAMC552/36C25019Q1344/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Dayton VA Medical Center;ATTN: Engineering, Bldg 128;4100 West Third Street;Dayton OH
Zip Code: 45428-9000
Country: USA
 
Record
SN05426258-F 20190901/190830230022 (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.