SOLICITATION NOTICE
J -- Syracuse VAMC Elevator Maintenance 528A7
- Notice Date
- 4/7/2020 1:56:13 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q0473
- Response Due
- 5/8/2020 12:00:00 AM
- Archive Date
- 08/06/2020
- Point of Contact
- Kimberly Wiatrowski
- E-Mail Address
-
Kimberly.wiatrowski@va.gov
(Kimberly.wiatrowski@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION ELEVATOR SERVICE MAINTENANCE FOR THE SYRACUSE VA MEDICAL CENTER 800 IRVING AVENUE, SYRACUSE, NY 13210 (i) 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 and 13.5 Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through Contract Opportunities - https://beta.sam.gov RFQ reference number 36C24220Q0473. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. (iv) This procurement is being issued as a competitive open market Service-Disabled Veteran Owned Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a small business size standard of $8 Million. The government intends to award a firm fixed price contract from this solicitation. (v) The Contractor shall provide pricing to provide the Elevator Service Maintenance for a base plus four option years. See applicable salient characteristics/requirements below: Pricing for Elevator Service Maintenance: LINE ITEM DESCRIPTION QUANITY UNIT UNIT PRICE TOTAL PRICE 0001 BASE PERIOD: ANNUAL PREVENTATIVE MAINTENANCE SERVICES FOR SYRACUSE VAMC. PERIOD OF PERFORMANCE: 7/1/2020 TO 6/30/2021 12 MO 0001AA Time and a Half Premiums 0 HR 0001AB Double Time Premiums 0 HR 1001 OPTION YEAR 1: ANNUAL PREVENTATIVE MAINTENANCE SERVICES FOR SYRACUSE VAMC. PERIOD OF PERFORMANCE: 7/1/2021 TO 6/30/2022 12 MO 1001AA Time and a Half Premiums 0 HR 1001AB Double Time Premiums 0 HR 2001 OPTION YEAR 2: ANNUAL PREVENTATIVE MAINTENANCE SERVICES FOR SYRACUSE VAMC. PERIOD OF PERFORMANCE: 7/1/2022 TO 6/30/2023 12 MO 2001AA Time and a Half Premiums 0 HR 2001AB Double Time Premiums 0 HR 3001 OPTION YEAR 3: ANNUAL PREVENTATIVE MAINTENANCE SERVICES FOR SYRACUSE VAMC PERIOD OF PERFORMANCE: 7/1/2023 TO 6/30/2024 12 MO 3001AA Time and a Half Premiums 0 HR 3001AB Double Time Premiums 0 HR 4001 OPTION YEAR 4: ANNUAL PREVENTATIVE MAINTENANCE SERVICES FOR SYRACUSE VAMC PERIOD OF PERFORMANCE: 7/1/2024 TO 6/30/2025 12 MO 4001AA Time and a Half Premiums 0 HR 4001AB Double Time Premiums 0 HR Total Price: (vi) Description of the Requirement: See attached Performance Work Statement (PWS) to include Wage Determination and Quality Assurance Surveillance Plan (QASP). The contractor shall provide all parts and labor identified in the PWS. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: Syracuse VA Medical Center 800 Irving Avenue Syracuse, NY 13210 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.233-2 Service of Protest (SEPT 2006) 852.233-70 Protest Content (JAN 2008) 852.233-71 Alternate Protest (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Evaluation will be determined based on Best Value to the Government IAW FAR Subpart 13.106-1(a)(2). The government shall award this procurement to the vendor with the lowest priced quote that is technically acceptable and has acceptable, or neutral, past performance. Vendors with no past performance shall be rated as neutral. PRICE Provide pricing information by including a completed version of the table found in section (v) of this document with your response to this combined synopsis/solicitation. SubCLIN s for premiums shall not be considered in the evaluation price during the award process. TECHNICAL Please provide a maximum 5-page capability statement that indicates the vendor has the trained personnel, equipment, and track record of working experience in maintenance, inspection, and testing of Elevator Systems, in healthcare, industrial, educational and commercial facilities to be able to meet all the requirements of the attached Performance Work Statement. The capability statement shall include the following information: Solicitation number for this requirement as 36C24220Q0473. Name, address and telephone number of offeror The Offeror shall provide a statement that you can meet the emergency repair service, call back and be onsite within the two (2) hour response time as stated in B.3.2.4 of the Performance Work Statement. A four (4) hour response time for regular repairs during normal business hours. Emergency call back 24 hr. a day/ 7 days a week emergency call back service shall be within two (2) hours. Additional documentation to be provided: Journeyman and Apprentice certifications for all technicians that will performing at the facility. Documents for OSHA required: OSHA 10 hours minimum for Technicians, Apprentices, etc. OSHA 30 hours minimum for Supervisors, Foreman s, etc. PAST PERFORMANCE Each offeror will be evaluated on his/her performance under existing and prior contracts for similar services. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. CPARS records will be reviewed. Contractors without past performance will receive a neutral rating. The Government shall request the contractor provide a list of contracts completed during the past three (3) years and all contracts and subcontracts currently in process for the maintenance, inspection, and testing for Elevator Service. Include the following information for each contract: a)����������� Name and address of contracting activity b)����������� Name and telephone number of contract person c)����������� Dates of contract performance The Government reserves the right to make award without discussions. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://beta.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52-204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) 852.219-74 Limitations on Subcontracting (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.270-1 Representatives of Contracting Officer (JAN 2008) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.203-6, Restrictions on Subcontracting Sales to Government (Sept 2016) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018) 52.204-14, Service Contract Reporting Requirements (Oct 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8, Utilization of Small Business Concerns (OCT 2018) 52.219-14, Limitations on Subcontracting (JAN 2017) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2019) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is attached to this combined synopsis/solicitation A Site Visit is scheduled for Thursday April 16, 2020 at 10:00 am EST. Potential vendors for the site visit shall meet in the main lobby of the Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. Kindly RSVP by April 15th 10:00 am EST to Kimberly Wiatrowski via email Kimberly.wiatrowski@va.gov. (xiv) N/A (xv) This is an open-market Total Service-Disabled Veteran Owned Small Business Set-Aside combined synopsis/solicitation for Elevator Maintenance Service for the Syracuse VA Medical Center 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 quotes 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:"" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 10:00 AM EST, Friday May 8, 2020. The government shall only accept electronic submissions via email, please send all quotations to Kimberly.Wiatrowski@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s shall not be accepted after Thursday April 30, 2020 @ 10:00 am EST. (xvi) Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to Kimberly Wiatrowski, Contracting Officer at Kimberly.Wiatrowski@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cb5bdc09f5104133bddfe3e32bd06eff/view)
- Place of Performance
- Address: Department of Veterans Affairs;Syracuse VA Medical Center;Engineering;800 Irving Avenue;Syracuse, New York 13210, USA
- Zip Code: 13210
- Country: USA
- Zip Code: 13210
- Record
- SN05612601-F 20200409/200407230145 (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 |