SOLICITATION NOTICE
J -- SERVICES: PM FOR DE-IONIZATION AND REVERSE OSMOSIS EQUIPMENT
- Notice Date
- 5/5/2020 1:33:51 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24720Q0558
- Response Due
- 5/14/2020 12:00:00 AM
- Archive Date
- 07/13/2020
- Point of Contact
- Darlene.Chase@va.gov
- E-Mail Address
-
darlene.chase@va.gov
(darlene.chase@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 Federal Acquisition Regulation (FAR) Subpart 12.6 ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items"", as supplemented with additional information included on this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ), and a written solicitation document will not be issued. The solicitation number is 36C24720Q0558. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2020-05 effective March 30, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 221310 and the Small Business Size standard is 27.5 Million. This combined/synopsis solicitation is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB s) in accordance with VAAR 852.219-10. Only VA verified SDVOSB s in the VIP at the time of contract award will be considered. All non-VIP verified firms will be considered non-responsive and ineligible for award. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. This RFQ is set-aside for 100% Service-Disabled Veteran Owned Small Businesses. The Charlie Norwood VA Medical Center (CNVAMC) and Fisher House is requiring the Contractor to provide routine service and maintenance on equipment utilized to provide reverse osmosis and de-ionization of water as defined in this statement of work. GENERAL INFORMATION 1. General Requirement Reverse Osmosis and De-ionization of Water STATEMENT OF WORK MAINTENANCE CONTRACT Reverse Osmosis and De-ionization of Water A. GENERAL INFORMATION Purpose: To provide routine service and maintenance on equipment utilized to provide reverse osmosis and de-ionization of water as defined in this statement of work at the Charlie Norwood VA Medical Center (CNVAMC) and Fisher House. The Uptown Division and Fisher House are located at 1 Freedom Way, Augusta, GA 30904 to the Charlie Norwood VA Medical Center Augusta, GA, Downtown Division at 950 15th Street. Scope of Work: The contractor shall provide labor, transportation, materials, tools, supplies supervision, incidental engineering and management to service equipment listed below. Semi-annual and annual service shall be performed in accordance to schedule listed below, to include sanitization on tanks and all piping. Contractor shall provide a written and/or electronic service order each time service is rendered to the person who signed the service order, unless otherwise noted in this agreement. No part substitutions are allowed. Contractor will remove all consumable and expendable items used during service. Emergency service calls will be available within twenty-four (24) hours of a request. Performance Period: The performance period will be a base year with four (4), 1-year options to renew. Base Year June 1, 2020 thru May 31, 2021 1st Option Period June 1, 2021 thru May 31, 2022 2nd Option Period June 1, 2022 thru May 31, 2023 3rd Option Period June 1, 2023 thru May 31, 2022 4th Option Period June 1, 2022 thru May 31, 2023 Personnel/Qualifications: The contractor shall dispatch a qualified agent in the repair and service of facility de-ionization and reverse osmosis equipment listed below. 5. Hours of Service: Work is to be done between the hours of 8:00a.m. and 4:00p.m., Monday through Friday, excluding holidays. Contractor (or Representative) shall sign-in upon arrival at Engineering Department Office, Building 801, Room 1B155, Downtown Division at the beginning of each visit. Location of equipment is: Room 4B117. After completion of the service, the Engineering Department Representative shall verify work completed and sign the service ticket. Federal Holidays New Year s Day January 1st Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11th Thanksgiving Day Last Thursday in November Christmas Day December 25th Description of Equipment: Qty Equipment Type Description 1 ET-10347 Hydro DI Tanks 1 ET-11244 Hydro DI and Carbon Tanks 1 ET-RO2 Hydro Reverse Osmosis RO2 EQUIPMENT ET11244 Semi-Annual exchange of carbon adsorber (04149). Exchange to be performed by Hydro Service personnel. Each carbon adsorber shall contain 1.2 cu ft of activated carbon media. Semi-Annual exchange of service deionizer (04150). Exchange to be performed by Hydro Service personnel. Each service deionizer shall contain 1.2 cu ft of premium grade resin. Semi-Annual replacement of 30018. Hydro Service personnel shall perform the service. Quantity of one is required with each service. Semi-Annual replacement of 30401. Hydro Service personnel shall perform the service. Quantity of one is required with each service. Annual replacement of 07659. Hydro Service personnel shall perform the service. Quantity of two is required with each service. EQUIPMENT ET10347 Semi-Annual exchange of service deionizer (04199). Exchange to be performed by Hydro Service personnel. Each service deionizer shall contain 3.6 cu ft of premium grade resin to include filters. Equipment Type: ET-RO2 Hydro Reverse Osmosis RO2 Annual exchange of service deionizer (04158). Exchange to be performed by Hydro Service personnel. Each service deionizer shall contain of premium grade resin. Annual replacement of 31048. Hydro Service personnel shall perform the service. Quantity of two is required with each service. Annual replacement of 40038. Hydro Service personnel shall perform the service. Quantity of one is required with each service. Annual replacement of 40039. Hydro Service personnel shall perform the service. Quantity of one is required with each service. Annual replacement of 40086. Hydro Service personnel shall perform the service. Quantity of one is required with each service. Annual Disinfection (99934) shall be performed by Hydro Service personnel. Annual replacement of 28088. Hydro Service personnel shall perform the service. Quantity of two is required with each service. Annual RO Membrane Replacement (99982) shall be performed by Hydro Service personnel. Annual replacement of 31030. Hydro Service personnel shall perform the service. Quantity of forty is required with each service. Annual replacement of 31358. Hydro Service personnel shall perform the service. Quantity of two is required with each service. Annual Re Bed (99956) shall be performed by Hydro Service personnel. Annual replacement of 07675. Hydro Service personnel shall perform the service. Quantity of one is required with each service. Annual replacement of 24092. Hydro Service personnel shall perform the service. Quantity of one is required with each service. Annual replacement of 30300. Hydro Service personnel shall perform the service. Quantity of one is required with each service. Include semi-annual and annual service to include sanitization on tanks and all piping. IMDEMNIFICATION, DAMAGES, AND LIMITATIONS OF LIABILITY: A. INDEMNITY - THIRD PARTY BENEFICIARY: Since VAMC (customer) retains sole responsibility for the life, safety and property of all persons in the location (VAMC) and for protection against losses to property in the location, customer shall indemnify and save harmless Company, its employees and agents, from and against all claims, lawsuits and losses, including but not limited to legal and investigation fees and expenses, by persons not a party to this agreement (including but not limited to any subrogated insurer), alleged to be caused by the improper operation of System, whether due to malfunctioning or non-functioning of System or the negligent performance or nonperformance by Company of monitoring, dispatch or other service. This indemnification shall survive the termination of this agreement. Customer acknowledges there are no third-party beneficiaries to this agreement. B. LIMITATION OF LIABILITY: All charges and fees hereon are based solely on the cost of the System and the service herein set forth and are unrelated to the value of Customer's property or property of others which may be located on Customer's premises. CUSTOMER ACKNOWLEDGES AND AGREES THAT IF ANY LOSS OR DAMAGE SHOULD RESULT FROM FAILURE OF SYSTEM, OR THE MONITORING SERVICE, OR FROM IMPROPER DESIGN, INSTALLATION, SERVICE, OR REPAIR OF SYSTEM, WHETHER WITHIN THE LIMITED WARRANTY PERIOD OR OTHERWISE, COMPANY LIABILITY, IF ANY, FOR SUCH LOSS OR DAMAGE SHALL BE LIMITED TO TWO HUNDRED FIFTY ($250.00) DOLLARS. Under no circumstances shall Company be liable to Customer or any other person for incidental or consequential damages of any nature in excess of such amount including, without limitation, damages to property, loss of property or revenue, or cost of replacement goods, however occasioned, and whether alleged to result from Company's breach of warranty, breach of contract, negligence or through strict liability. Remedy for alleged breach of warranty, breach of contract, negligence or strict liability is limited to that stated in this agreement. Some states do not allow the exclusion or limitation of liability for consequential or incidental damages, so the above limitation may not apply to Customer. Company disclaims all warranties, express or implied, including warranties of merchantability, non-infringement and fitness for a particular purpose, other than those stated above. The limited warranty gives Customer specific legal rights. Customer may have others, which vary from state to state. Two hundred fifty ($250.00) dollars is not meant to be a penalty, but rather a reasonable attempt to estimate in advance the amount of any loss for which Company should be responsible. Customer acknowledges Company is not an insurer and it is impractical and difficult to fix any actual damages that may result from a failure of Company to perform any of its obligations. Such estimates are impractical because of, among other things, the uncertainty of the value of any property involved, the uncertainty of the response time of the police, fire department or other third party, and the uncertainty as to what portion of any loss would result from Company's action or inaction. By paying an additional charge, Company will assist Customer in obtaining insurance coverage. C. LIMITATION OF ACTIONS: Any action by Customer against Company must be commenced within one (1) year of the accrual of the cause of action or shall be barred. VA INFORMATION SYSTEM SECURITY/PRIVACY CLAUSE PER REVIEW OF VA HANDBOOK 6500.6, CONTRACT SECURITY, APPENDIX A- INFORMATION SECURITY AND PRIVACY CHECKLIST: The C&A requirements do not apply and a Security Accreditation Package is not required. Acquisition of this service does not involve the storage, generating, transmitting, or exchanging of VA sensitive information to the vendor There may exist exposure to VA sensitive information, in particular to sensitive personal information (SPI) while implementing contractual services Minimum Statutory Requirements Prohibition on unauthorized disclosure: Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). See VA Handbook 6500.6, Appendix C, paragraph 3.a. Requirement for data breach notification: Upon discovery of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access, the contractor/subcontractor shall immediately and simultaneously notify the COR, the designated ISO, and Privacy Officer for the contract. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. See VA Handbook 6500.6, Appendix C, paragraph 6.a Requirement to pay liquidated damages in the event of a data breach: Consistent with the requirements of 38 U.S.C. �5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. Each risk analysis shall address all relevant information concerning the data breach, including the following: (1) Nature of the event (loss, theft, unauthorized access); (2) Description of the event, including: (a) date of occurrence; (b) data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; (3) Number of individuals affected or potentially affected; (4) Names of individuals or groups affected or potentially affected; (5) Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; (6) Amount of time the data has been out of VA control; (7) The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); (8) Known misuses of data containing sensitive personal information, if any; (9) Assessment of the potential harm to the affected individuals; (10) Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and (11) Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs (see VA handbook 6500.6, appendix c, paragraph 7.a, 7.d) INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the Contracting Officer s Representative (COR), James Jarriel, 706-733-0188 EXT 3356, and submitted electronically through OB-10. A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Total amount due CLIN DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 The Charlie Norwood VA Medical Center (CNVAMC) and Fisher House is requiring the Contractor to provide routine service and maintenance on equipment utilized to provide reverse osmosis and de-ionization of water as defined in this statement of work. 1 JB __________ _______________ GRAND TOTAL _______________ QTY UNIT UNIT PRICE AMOUNT 1st Option Period June 1, 2021 thru May 31, 2022 2nd Option Period June 1, 2022 thru May 31, 2023 3rd Option Period June 1, 2023 thru May 31, 2022 4th Option Period June 1, 2022 thru May 31, 2023 Grand Total: The following provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) Addendum to FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) Paragraph (c) is modified to read as follows: (c) Period for the acceptance of offers. The offeror agrees to hold the prices in its offer for 90 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government intends to make award to the lowest priced technically acceptable. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: EVALUATION FACTORS FOR PROPOSALS The lowest price technically acceptable source selection process will be used as basis of award. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for all non-cost/price factors. **ALL factors must be rated ACCEPTABLE to be considered for award. The following evaluation factors will be used: 1. Technical 2. Price The lowest price technically acceptable (LPTA) source selection process will be used as basis of award for these services. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for all non-cost/price factors with appropriate consideration given to the evaluation factors. RATING SYSTEM Each factor will be scored as wither Acceptable or Unacceptable as defined below. Each proposal will be evaluated against the Statement of Work (SOW) and the stated evaluation criteria. Each proposal is evaluated using the same standards. Each evaluation factor has specific documents and information that must be submitted with an Offeror s quote. Proposals shall be clearly written, unambiguous, and all-inclusive of the required information for assessment against the stated factors. Failure to provide all requested documents and information may result in a rejected bid and or unacceptable rating. AWARD CRITERIA The Contracting Officer (CO) intends to award this contract to the Offeror representing the best value to the Government based off lowest price technically acceptable in accordance with FAR Part 15. The criteria for evaluation are: 1) Technical Approach; 2) Price. To receive consideration for award, a rating of no less than Acceptable must be achieved for the Technical Approach. Offerors are cautioned that the awards shall be made based upon the lowest prices offered. The Government intends to award only one (1) contract. Technical Contractor must provide documentation showing ability to provide service(s) listed in accordance with specifications listed in the statement of work document. Delivery capability by the identified required date Price As a last step of the evaluation process, the Government will perform a price analysis to determine the best value solution. The Government will consider award to lowest priced technically acceptable Offeror. *ALL factors must be rated ACCEPTABLE to be considered for award. Acceptable ALL the minimum acceptable criteria are clearly met by the proposal. The offeror s proposal meets the performance and technical capability requirements defined in the SOW. NOTE: Once the proposals have been determined to be technically acceptable, award will be based on cost/price only. Unacceptable Not all the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. Proposals that fail to meet specified minimum performance and technical capability requirements defined in the SOW. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 there are negotiations after its receipt, unless a written notice of withdrawal is received before award. GENERAL INSTRUCTIONS Electronic Submissions: Offerors must email their proposals for the items described above and are due by 12 noon EST. on Thursday May 14th, 2020 to Darlene Chase at Darlene.Chase@va.gov Include the solicitation number and DUNS number in the Subject line. Late offers will not be accepted, and no telephonic inquiries will be accepted. No questions will be accepted after Friday May 8th 2020 The lowest price technically acceptable (LPTA) source selection process will be used as basis of award for these services. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for all non-cost/price factors with appropriate consideration given to the evaluation factors. RATING SYSTEM Each factor will be scored as wither Acceptable or Unacceptable as defined below. Each proposal will be evaluated against the Statement of Work (SOW) and the stated evaluation criteria. Each proposal is evaluated using the same standards. Each evaluation factor has specific documents and information that must be submitted with an Offeror s quote. Proposals shall be clearly written, unambiguous, and all-inclusive of the required information for assessment against the stated factors. Failure to provide all requested documents and information may result in a rejected bid and or unacceptable rating. Offerors, if not registered in SAM, must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. The following identified clauses are incorporated by reference: 52.204-9, 52.204-18, 52.217-8, 52.217-9, 52.219-9, 52.222-41, 52.232.40, 52.233-2, 52.237-3, 52,242-17, 52.252-2, 52-212-5. Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items (May 2014) FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-18, 52.204-9, 52.209-6, 52.222-1, 52.222-3, 52,222-12, 52.222-21, 52.222-35, 52.222-36, 52.222-41, 552.222-37, 52.222-50, 52.222-55, 52.223-18, 52.225-13, 52.232-18, 52.232-40, 852.203-70.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/eb2b803582a042b985658ff41a44c23d/view)
- Record
- SN05645772-F 20200507/200505230200 (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 |