Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2019 FBO #6550
DOCUMENT

J -- Testing and Repairs of Backflow Devices - Attachment

Notice Date
10/30/2019
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0095
 
Response Due
11/15/2019
 
Archive Date
2/13/2020
 
Point of Contact
Odne, David
 
E-Mail Address
odne@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-03, dated July 12, 2019. Solicitation # 36C26220Q0095 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed-Price (FFP) contract from this solicitation. The North American Industry Classification System (NAICS) Code is 228220, Plumbing, Heating and Air Conditioning Contractors and the Small Business Size Standard: $15 Million for this procurement. This procurement will be issued as a 100% total set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB), see FAR Clause 52.219-14 and VAAR Clause 852.219-10. The Government is seeking a Contractor to provide all manner, means, methods, equipment, expertise, incidentals, labor, materials, parts, supervision, supplies, tools, transportation, and qualified personnel necessary and required to perform annual testing and repairs for up to 76 backflow preventer devices. Compliance with current code(s), directives, regulations, industry guidelines / standards, and associated statement of work (SOW) at/for the VA San Diego Healthcare System. Please see attached statement of work (SOW) for specific details on this requirement. Place of Performance: VA San Diego Healthcare System (VASDHCS), 3350 La Jolla Village Drive, San Diego, CA 92161. Period of Performance: One (1) BASE Year plus up to Four (4) OPTION Years. Provisions / Clauses: The following provisions / clauses: 52.212-1, Instructions to Offerors Commercial; 52.212-2, Evaluation Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are applicable to this acquisition. Job Walk-Site Visit: Wednesday, November 6, 2019 at 12:30 PM Pacific Time. Interested Parties will meet at the main VA San Diego Hospital building central lobby located at the VA Hospital in La Jolla, CA. This will be the only job walk-site visit provided by the Government (VA). Offerors shall be responsible and shall not be reimbursed by the Government for any costs or travel expenses incurred related to the site visit Basis of Award: Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Offeror quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The Contracting Officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the Contracting Officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made or the Contracting Officer determines that no contract award can be made. The Contracting Officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The Contracting Officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the Contracting Officer to be in the Government s interest. In addition to the General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following Special Standard of Responsibility applies to this procurement: Offeror shall possess a Contractor s License issued by the State of California. Offerors who fail to meet ANY Standards of Responsibility are not eligible for contract award. Submitting Offer: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and shall submit their offer using the Solicitation Price Schedule. Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB). It is the offeror s responsibility to ensure all required documents are included and completed as required by this solicitation. Offeror(s) shall submit their quotes to David Odne via email at david.odne@va.gov. Ensure to reference solicitation # RFQ # 36C26220Q0095 Annual Testing and Repair for Backflow Preventer, VASDHCS in the subject line of the email. Submission Deadline: All offeror quotes shall be received by Friday, November 15, 2019 by 11:00AM Pacific local. Offeror quotes received after the prescribed deadline, may be considered non-responsive and may not be considered for award. Questions or Inquiries: For all/any immediate question(s) or concern(s) please contact David Odne via email at david.odne@va.gov. See attached document: WAGE DETERMINATION RATES SCA 2015-5635, revision 11.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26220Q0095/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26220Q0095 36C26220Q0095_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5208551&FileName=36C26220Q0095-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5208551&FileName=36C26220Q0095-000.docx

 
File Name: 36C26220Q0095 CSS Backflow Enclosure 1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5208552&FileName=36C26220Q0095-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5208552&FileName=36C26220Q0095-001.docx

 
File Name: 36C26220Q0095 CSS Backflow Enclosure 2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5208553&FileName=36C26220Q0095-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5208553&FileName=36C26220Q0095-002.docx

 
File Name: 36C26220Q0095 Wage Determination No. 2015-5635 REV 11.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5208554&FileName=36C26220Q0095-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5208554&FileName=36C26220Q0095-003.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;VA SAN DIEGO HEALTHCARE SYSTEM;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92161-0001
 
Record
SN05485627-W 20191101/191030230433-2ee256018cf144a307f84217b6fa9153 (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.