Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2020 SAM #6757
SOLICITATION NOTICE

J -- Uninterrupted Power Supply Service

Notice Date
5/28/2020 8:43:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10E20Q0197
 
Response Due
6/9/2020 10:00:00 AM
 
Archive Date
09/07/2020
 
Point of Contact
254-299-9413, Debra Rollins, Phone: 254-299-943
 
E-Mail Address
debra.rollins@va.gov
(debra.rollins@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 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The government anticipates award of a single firm fixed price contract. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established with the supplier accepts the offer. Solicitation 36C10E20Q0197 is issued as a request for quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01, effective February 27, 2020. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the System for Award Management, VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The applicable NAIC Code for this solicitation is 811212 and the Small Business Size Limitation is $27.5 Million The contractor shall provide all equipment, services, materials, tools, labor, facilities, transportation and supervision in order to provide maintenance services to the Uninterrupted Power Supply (UPS) located at the Denver VA Regional Office, 4950 Ward Rd, Wheatridge, CO 80222. ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 0001 1001 2001 3001 4001 Base Period: 06/15/2020 - 06/14/2021 Option Period 1: 06/15/2021 - 06/14/2022 Option Period 2: 06/15/2022 06/14/2023 Option Period 3: 06/15/2023 06/14/2024 Option Period 4: 06/15/2024 06/14/2025 12 12 12 12 12 MON MON MON MON MON $___________ $___________ $___________ $___________ $___________ $___________ $___________ $___________ $___________ $___________ Description of Requirement SCOPE OF WORK FOR MAINTENANCE AGREEMENT VA REGIONAL OFFICE DENVER CO UPS AND POWER DISTRIBUTION UNIT (PDU) The Department of Veterans Affairs Denver Regional Office operates an EATON UNINTERRUPTABLE POWER SUPPLY (UPS) and a POWER DISTRIBUTION UNIT (PDU) to provide continuous power to its server farm. A preventive maintenance service contract is necessary to ensure that the devices and the systems used to provide power to the server farm are in peak operable condition to assure that the mission of the Denver Regional Office can continue in the event of a power failure and to ensure that Department of Veterans Affairs staff have sufficient opportunity to accomplish normal and safe shut down of the servers if necessary. In order to provide these preventative and maintenance services, the Contractor shall furnish all parts, services, tools, equipment, labor, facilities, transportation and supervision to provide preventive maintenance services to the Department of Veterans Affairs, Denver Regional Office. Preventative maintenance services (requirements by system listed below) to be scheduled by the Contractor, and provided by the customer, between 6:00 am and 2:00 pm, Monday Friday (excluding national holidays). Includes manufacturer certified technician to perform all system maintenance and/or repairs, and shall provide Manufacturer s Technical Support personnel as required Includes battery recycling as required, with documentation meeting EPA requirements Includes written report with all required readings for system, and review of system performance with customer to address any system questions and to schedule repairs. EQUIPMENT: UPS Model: 9390-40 S/N: EC435CBB05 1 Batt Cab (40 Batteries) PDU Model: 30kVA S/N: EC424RXX03 CONTRACTOR RESPONSIBILITIES: The Contractor shall provide the following preventive maintenance services under this contract: Service to Include: 7 x 24Parts and Labor (does not include batteries) Annual 5 x 8 UPS Preventative Maintenance (R-2) Annual 5 x 8 Battery Preventative Maintenance (R-5) PDU Preventative Maintenance (5 x 8) 7 x 24 Tech Support / Unlimited Service Calls 8 Hour Response Time REPORTS Following the On-Site Comprehensive Maintenance visit, the Contractor shall provide a written report to the Contracting Officer s Representative (COR) within ten (10) business days, detailing the results of the assessment visit, noting and addressing any discrepancies found and making specific recommendations toward future remedial action, or upgrades. Any unsafe conditions encountered during the service call shall be reported immediately (within four (4) hours) of notification, to the COR or designee, advising the Department of Veterans Affairs of the unsafe condition IDENTIFICATION Contractor s employees must have identification on their uniform, their name and company s logo. CERTIFICATION OF CONTRACTORS Contractor s service personnel shall be certified to perform the Preventative Maintenance Work. Contractor shall furnish a copy of its up-to-date and current State certification (showing categories) to the Contracting Officer and to the COR upon request and prior to the start of the contract. CONFORMITY TO REGULATIONS The Contractor shall conform to all Federal, State and local regulations governing UPS maintenance service. HOURS OF OPERATION The normal hours of operation for the facility are 8:00 am to 2:00 pm, Monday through Friday, excluding holidays. HOLIDAYS New Year s Day Memorial Day Columbus Day Thanksgiving Day Martin Luther King Jr s Birthday Independence Day Veteran s Day Christmas Day President s Day Labor Day And any other day proclaimed by the President as a Federal Holiday When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed by US Government agencies. SCHEDULE OF VISITS The Contractor shall provide a schedule of when services shall be scheduled to the COR within fifteen (15) calendar days prior to the anticipated inspection date. Services shall be scheduled so as to be performed on definite appointed days and in no event shall the Contractor perform inspections outside regular agreed upon work hours without prior approval from the COR. In the event climate or weather conditions make it unsuitable for services, the entire service date will be re-scheduled to a date and time satisfactory to the Contractor and the COR. Postponement will not reflect any penalties assessed to the Contractor or the Government. POINT OF CONTACT The Contracting Officer shall delegate the COR to monitor the Contractor s performance. SERVICE VISIT/CALLS SIGN-IN The Contractor will sign in and out with performing any service. The COR shall provide instructions as to the Point of Contacts and locations of sign-in/out. All service visits/calls shall be documented. The COR shall brief the Contractor on the preparation of this report. The Contractor shall be responsible for supplying, completing, and submitting reports as required and requested by Federal, State, or local ordinances which pertain to any duties contained in the contract. SYSTEM FOR AWARD MANAGEMENT (SAM) Federal Acquisition Regulations require that Federal Contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the Contractor has completed registration. BASIS FOR AWARD The Department of Veterans Affairs intends to award a task order to a qualified firm that can meet the contract requirements and is the best overall value to the Government, price and other factors considered. PERIOD OF PERFORMANCE Base YR POP: 06/15/20 - 06/14/21 Option Year 1 POP: 06/15/21 06/14/22 Option Year 2 POP: 06/15/22 06/14/23 Option Year 3 POP: 06/15/23 06/14/24 Option Year 4 POP: 06/15/24 06/14/25 Payment for all services will be made monthly in arrears upon receipt of an itemized invoice containing the following information: VA Contract Number Dates of Services performed Detailed itemized description of each service, time spent and cost for replacement items if needed. Period of Performance: 06/15-2020 06/14/2021 (Approximate) FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.217-5 Evaluation of Options (JUL 1990) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if there 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): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) (End of Addendum to 52.212-1) FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. 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. Offers will be evaluated on price only. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this solicitation. The following provisions and clauses are added as addenda: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. 52.227-14 Right in Data General (MAY 2014) Insurance Work on a Government Installation (JAN 1997) (a) Workers compensation and employer s liability. Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance policy, except when contract operations are so commingled with a contractor s commercial operations that it would not be practical to require this coverage. Employer s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 52.232-18 Availability of Funds (APR 1984) 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) VAAR 852.203-70 Commercial Advertising (MAY 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) (JUL 20169 Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VAAR Clause 852.219-10, VA Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO 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. 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 CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. 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 CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71 Rejected Good (OCT 2018) (End of Addendum to 52.212-4) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph a clauses applicable: (1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (2) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (3) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553) (4) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2018) (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (M)AR 2020 (25) 52.222-3 Convict Labor (JUN 2003) (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (SEP 2016) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (JAN 2019) (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (49) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (56) 52.232-33 Payment by Electronic Funds Transfer Other than Central Contractor Registry (OCT 2008) Paragraph c clauses applicable: (2) 52.222-41 Service Contract Labor Standards (AIG 2018) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (THIS IS NOT A WAGE DETERMINATION) EMPLOYEE CLASS WAGE + FRINGE BENEFITS Electronics Technician II $26.54 + $7.23=$33.77 (4) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Year Contracts) (AUG 2018) (8) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2017) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) N/A N/A Offers are due not later than June 9, 2020 by 12:00PM CDT. Offers shall be submitted electronically to debra.rollins@va.gov. The email subject line must contain the following: Quote in Response to 36C10E20Q0197, Uninterrupted Power Supply Maintenance, Denver VA Regional Office . Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor is registered. For additional information, please contact the Contracting Officer, Debra D. Rollins at 254-299-9413 or via email at Debra.Rollins@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/74702e3a865b4e9a9b1480dac3f6aa9b/view)
 
Place of Performance
Address: Denver VA Regional Offivr 4950 Ward Rd. Wheatridge, CO 80222, USA
Zip Code: 80222
Country: USA
 
Record
SN05672846-F 20200530/200528230157 (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 |
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.