SOLICITATION NOTICE
N -- ALARM SYSTEM INSTALLATION
- Notice Date
- 1/23/2020 7:31:51 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0183
- Response Due
- 2/6/2020 8:59:59 PM
- Archive Date
- 05/06/2020
- Point of Contact
- Charles L. Brown, Jr., - Contract SpecialistCharles.Brown9@va.gov
- E-Mail Address
-
charles.brown9@va.gov
(charles.brown9@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C25720Q0183 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids. NAICS Code: 561621 and Size Standard is $22M. Description of Services: The Contractor shall provide all tools, labor, parts, supervision, materials, and expertise to install a 24/7 wireless temperature monitoring and reporting system in building 3 main kitchen walk-in and reach in refrigerators and freezer. Place(s) of Performance: Department of Veterans Affairs VA Bonham North Texas Health Care System 1201 E. 9th Street Bonham, TX 75418 Type of Contract: A Firm Fixed Price Period of Performance: Base Year: March 1, 2020 February 28, 2021 Option Year 1: March 1, 2021 February 28, 2022 Option Year 2: March 1, 2022 February 28, 2023 Option Year 3: March 1, 2023 February 28, 2024 Option Year 4: March 1, 2024 February 28, 2025 The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 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 Statues or Executive Orders-Commercial Items 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising (JAN 2008) 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR �125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments. (b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments. (End of clause) RFQ QUESTION SUBMISSION: Questions must be received no later than Thursday, January 30, 2020 at 12:00pm CST. Email your questions directly to Charles.Brown9@va.gov . The subject line must specify: (RFQ 36C25720Q0183 - Questions). There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted. SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. EVALUATION OF QUOTES: Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with 13.106-2 Evaluation of Quotes. The Government intends to award one contract resulting from this solicitation to the responsible lowest quoter whose quote conforms to the solicitation. 1) Price 2) Prior Experience 3) Past Performance To assist with an efficient and minimally burdensome evaluation, please address these Evaluation Criteria in accordance with the instructions in FAR 52.212-1 above. The Department of Veterans Affairs, NCO 17 RPO West may reject your quote for failure to address each Evaluation Criteria in accordance with those instructions. Quotes must be received no later than Thursday, February 6, 2020 12:00pm CST. Email your quote directly to Charles.Brown9@va.gov. The subject line must specify: (RFQ 36C25720Q0183 Quote/Proposal). There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS: PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ INSTALL ALARM SYSTEM FOR FREEZERS & REFRIGERATORS IN BLDG 2 Contract Period: Base POP Begin: 03-01-2020 POP End: 02-28-2021 0002 1.00 EA __________________ __________________ INSTALL ALARM SYSTEM FOR FREEZERS & REFRIGERATORS IN BLDG 2 Contract Period: Option 1 POP Begin: 03-01-2021 POP End: 02-28-2022 0003 1.00 EA __________________ __________________ INSTALL ALARM SYSTEM FOR FREEZERS & REFRIGERATORS IN BLDG 2 Contract Period: Option 2 POP Begin: 03-01-2022 POP End: 02-28-2023 0004 1.00 EA __________________ __________________ INSTALL ALARM SYSTEM FOR FREEZERS & REFRIGERATORS IN BLDG 2 Contract Period: Option 3 POP Begin: 03-01-2023 POP End: 02-28-2024 0005 1.00 EA __________________ __________________ INSTALL ALARM SYSTEM FOR FREEZERS & REFRIGERATORS IN BLDG 2 Contract Period: Option 4 POP Begin: 03-01-2024 POP End: 02-28-2025 GRAND TOTAL __________________ STATEMENT OF WORK B-3 Main Kitchen wireless Temperature Alarms With Base + 4 Web Site Contract Period of Performance (POP): Base Year: March 1, 2020 February 28, 2021 Option Year 1: March 1, 2021 February 28, 2022 Option Year 2: March 1, 2022 February 28, 2023 Option Year 3: March 1, 2023 February 28, 2024 Option Year 4: March 1, 2024 February 28, 2025 Contractor to provide all labor, supervision, materials and equipment to install a 24/7 wireless temperature monitoring and reporting system in building 3 main kitchen walk in and reach in refrigerators and freezer. System must be capable of storing data for up to 2 years online in a vendor provided data base. A dedicated PC will not be required on site. This contract will include a base year with for option years for the temperature web monitoring and reporting subscription. Contractor shall work with our VA IT department to ensure proper internet configuration. ALERTS On-site alarm shall sound audibly on the central control display when the temperatures move outside critical control points. Off-site alerts are received via text or e-mail. Phone numbers and email addresses are to be determined and provided by the COR at the time of contract implementation. WIRELESS TEMP PROBES Wireless temp probes shall be place on walk ins and reach in boxes. Probes placement shall be determined by the installer. These probes shall collect data 24/7 Probes shall be place in the following location sand be referenced by the following numbers. Temperature ranges shall be between -10- and +10-degrees Fahrenheit for freezers and between 36 and 40 degrees Fahrenheit. 1. Dallas Box 2. Butcher Shop 3. Main Freezer 4. Veg Box 5. Milk Box 6. Cooks Box 7. Bonham Box 8. Nourishments Box 9. CTO 1 10. CTO 2 11. CTO 3 12. RIF 13/14. Double Door Freezer/Cooler EQUIPMENT Included in this contract is 1 color monitoring display, 14 temperature probes and 4 repeaters. Unless otherwise specified to meet our requirements. The Temperature Monitoring Internet Subscription shall be a base plus 4 option years. All work to be accomplished in accordance with VA and Industry Standards and in accordance with Manufactures Recommendations. Also; in accordance with the International Building Code (IBU); NFPA, Electrical Code; Life Safety Codes; HVAC; local and state building codes. This work is located at the building 2 Main Kitchen, VA North Texas Health Care System, Sam Rayburn Memorial Veterans Center, 1201 East 9th Street, Bonham, Texas 75418. A SITE SPECIFIC SAFETY PLAN AND RECYCLING LOG SHALL BE FILLED OUT BY THE CONTRACTOR AND TURNED INTO THE COR All equipment and materials require submittals and will be reviewed by the VA staff. Upon VA approval the contractor may proceed with procurement. Provide 1 year parts and labor warranty. Contractor is to utilize the following safety and infectious control criteria which applies to this particular project in Safety Plan. SAFETY CRITERIA 1. Identify the VA COR over project 2. Identify the contractor employee holding the OSHA 30 Hour Card. (The card needs to be carried while on site and no work will be performed unless their 30 hour cardholder is on location.) 3. Identify that all other employees will possess an (OSHA 10) Hour Card when working on site. Spot checks will take place. 4. Identify PPE that will be worn. At a minimum safety glasses will be worn at all times when inside the construction zone. 5. Infectious Control and ILSM will be implemented during construction. Provide plastic barriers and or utilize a HEPA cart when removing ceiling tiles for construction or demolition. Provide tacky- mats outside of barrier walls of construction site. 6. All equipment used must be inspected by contractor prior to use each day and documented on a daily Equipment Inspection Log provided by the contractor. 7. Contractor will provide an ABC fire extinguisher while on site. 8. Area within building must be kept secured and construction signage posted at all times. 9. A Scope of the Project is required identifying start and estimated completion dates. 10. Identify who and how contact will be made in case of an emergency or injury. Designate where an injured employee will go to obtain medical care. List phone number and address of medical facility. 11. The contractor shall restore ALL disturbed grounds to existing conditions. 12. ALL items discussed above are to be addressed in the Safety Plan and should be provided to and approved by the facility Construction Safety Officer in Safety Service prior to work being initiated. 13. Identify all chemicals to be used in the scope of the project and provide a Safety Data Sheet on each product. These need to be submitted as part of your Safety Plan. 14. All work shall be in accordance with current NFPA 101 Life Safety Code, Local and National Building Codes. As well as all OSHA and VHA Occupational Safety and Health Standards. Equipment cut sheets shall be provided and must be approved by VA before ordering. CONTRACTOR RESPONSIBILITIES: The Contractor shall exercise extreme care to avoid damaging Government property such as buildings, equipment, trees, shrubs, or turf. Any damage to Government property by the Contractor shall be repaired by the Contractor to its original condition at no additional cost to the Government. The Contractor shall ensure that all materials are new, free from defects, imperfections and asbestos free (NO ASBESTOS CONTAINING MATERIALS SHALL BE USED ON THIS PROJECT). SCHEDULE OF WORK: The Contractor shall notify the Contracting Officer s Representative (COR) Earl Stoyer, Engineering Building 9, phone: (972) 655-6067, prior to start of work. The Contractor shall schedule work through the COR. The Contractor shall coordinate work with COR NLT 3 days before starting work. Work shall be complete with-in 90 days of work start. Other contractors may be working in the same area performing other work. The contractor shall execute work in a manner so as not to impede other contract work. HOURS OF WORK: The normal hours of work are 08:00 to 16:30 Monday through Friday. Work shall be performed during normal work hours. Work to be performed in other than normal hours shall be approved by the Contracting Officer s Representative. WORKMANSHIP: All work under this contract shall conform to the standards of these specifications. The Contractor at no additional cost to the Government shall correct work not meeting these specifications. Work shall be accomplished by mechanics skilled in the trade. DAILY PROGRESS REPORTS: The Contractor shall provide on a daily basis and no later than 9:00 AM, a progress report of work accomplished the previous day to COR Earl Stoyer, located in Bldg. 9. WORKING CONDITIONS: The buildings and the surrounding site areas will be occupied and Government operations will continue on a normal, temporary or restricted basis for the duration of the contract. The Contractor shall take all precautions to ensure that his operations are conducted in a manner so as not to interfere with the normal operation of surrounding facilities. The Contractor shall execute work in a safe manner and shall not subject personnel to unsafe conditions. The Contractor shall provide safety barricades, devices, and equipment to protect personnel and property and repair damage caused by construction operations. Take all precautions to protect the building and its occupants during the installation period. BADGES: All Contractors are required to sign in at Building 11 (Boiler Plant). Visitor s badges will be obtained and worn at all times. SITE VISIT: The Contractor shall visit the site to determine the full extent of the work. Failure to inspect the site will not constitute grounds for a claim after contract award. A site visit will be scheduled through the COR, Earl Stoyer, Bldg. 9, telephone number (903) 583-6378. DISPOSAL: Disposal of materials removed under this contract at an approved disposal site in accordance with all local, state, and federal laws, regulations, and guidelines are the Contractor s sole responsibility. The contractor shall adhere to all OSHA requirements concerning removal, transporting, and disposal of the material. Material may be disposed of in the proper VA container. See the COR for further information. (Refer to attachment A) CLEAN-UP: The Contractor shall keep the area neat and tidy and free of debris at the end of each workday. SAFETY AND FIRE: All fire and safety rules and regulations are applicable; NFPA and SBCCI dated 1999. The Contractor shall comply with EM385-1-1 dated 1987 for minimum safety requirements. The Construction Safety Guidebook (VHA Center for Engineering & Occupational Safety & Health) shall be used as a guideline. A site-specific safety plan must be submitted by the contractor and approved before a preconstruction meeting can be scheduled. PERMITS: The Contractor shall be responsible for obtaining any licenses and permits and complying with any laws, codes, and regulations applicable to the execution of this work as required by Federal Government the State of Texas NOTE: ALL REQUIRED CONTRACTOR VA SAFETY DOCUMENTATION MUST BE PROVIDED PRIOR TO THE START DATE. A site visit may be scheduled thru the Contracting Officer with the Contracting Officer Technical Representative (COTR) This work is located at the VA North Texas Health Care System, Sam Rayburn Memorial Veterans Center, 1201 E.9th Street, Bonham, Texas. 75418. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4401114176624bd09147d2410b50f522/view)
- Place of Performance
- Address: Department of Veterans Affairs;VA Bonham North Texas Health Care System;ATTN: Engineering;1201 E 9th Street;Dallas, TX 75418
- Zip Code: 75418
- Zip Code: 75418
- Record
- SN05541630-F 20200125/200123230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |