SOLICITATION NOTICE
J -- Gas Detection Equipment Installation
- Notice Date
- 8/17/2020 12:28:41 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333995
— Fluid Power Cylinder and Actuator Manufacturing
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24720Q1095
- Response Due
- 8/24/2020 9:00:00 AM
- Archive Date
- 10/23/2020
- Point of Contact
- Darlene Chase, Darlene.Chase@va.gov, Phone: 404-321-6111 x2428
- 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 36C24720Q1095. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2020-08 effective August 13th, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 333995 and the Small Business Size standard is 750 Employees. This combined/synopsis solicitation is set aside for Service- Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Businesses (VOSB s) in accordance with VAAR 852.219-10 and 852.219-11. Only VA verified SDVOSB s and VOSB 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 and Veteran Owned Small Businesses. GENERAL INFORMATION 1. General Requirement Charlie Norwood VA Medical Center (CNVAMC) CHILLGARD AND GASGARD MONITORING SYSTEM UPGRADES FOR UPTOWN/DOWNTOWN DIVISION GENERAL INFORMATION Purpose: The objective of this contract is to provide a Senior Controls Technician to perform installation of a New MSA Chillgard 5000 and Gasgard XL 6000 and 8000 Monitoring System for the energy plants uptown and downtown removal and disposal of old equipment at the of the Charlie Norwood VA Medical Center (CNVAMC). Justification: The justification is derived from component failure due to age as the primary contributing factor. This repair is essential to provide a consistent and cooling by the Chillgard and Gasgard Monitoring Systems located in building 802 downtown and building 79 and 81 uptown facility. The 3-4-week delivery time for parts makes the prompt repair of this system critical to the continued safety for employees. Scope of Work: The Contractor shall provide all labor, material, supplies, equipment and supervision necessary for execution of this contract. Contractor shall be responsible for the following: Removal and disposal of the existing MSA Chillgard 5000 System and Gasgard XL 6000/8000 Monitoring Systems. Installation of a new MSA Chillgard 5000 System and MSA Gasgard XL 8000 Monitoring System downtown and the MSA Chillgard 5000 System and MSA Gasgard XL 6000 uptown, that meets manufacturers recommendations. Installation of sample points and mount stobes. Integrate new electrical connections with existing service. Testing the newly installed MSA Chillgard and MSA Gasgard 6000/8000 for functionality and efficiency. Contractor will be responsible for disposal of all accumulated debris relative to this contract at the end of each day. Type of Contract: Firm-Fixed Price Contract Place of Performance: Charlie Norwood VA Medical Center -both campus locations. Period of Performance: One-time Replacement. The contractor shall perform the work required under this SOW and have completed within 30 calendar days or less from date of award unless otherwise directed by the Contracting Officer (CO). Hours of Service: Work is to be done between the hours of 8:00 a.m. and 4:00 p.m. Monday thru Friday, excluding federal holidays. Request for weekend work must be submitted in writing. Warehouse Hours: Deliveries are accepted between the hours of 8:00 a.m. and 3:30 p.m. Monday thru Friday, excluding federal holidays. 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 When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government agencies GENERAL REQUIREMENTS Basic Requirements/Contractor s Responsibilities: The Contractor shall provide all labor, material, supplies, equipment and supervision necessary for execution of this contract. Contractor shall be responsible for the following: Contractor will be responsible for disposal of all accumulated debris relative to this contract at the end of each day. Salient Characteristics: Chillgard salient characteristics: Provides continuous monitoring of refrigerant gas levels for up to 16 points in nonhazardous areas. Reads down to 1 ppm, the device provides a response to a refrigerant leak. Has patented Photoacoustic Infrared technology to allow the accurate measurement of refrigerant gases with minimum interference from other vapors. Monitors refrigerant gases up to 1000 ppm with an ability to maintain a gas list through an internal refrigerant library. Contains a factory calibration for six specific refrigerants, with the flexibility to adjust the gas of interest in the field. Device offers three levels of alarm caution, warning, and alarm configurable with touchscreen display. Gasgard salient characteristics: Provides full scale range for sensor. Contains alarm level setpoint for each alarm. Allows a time and date to be set for each monitor and alarm. Site Visit: The site visit shall be for the purpose of observing any conditions relevant to the fulfillment of this contract. No consideration will be given to claims based on a lack of knowledge of the existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. The site address is: 950 15th Street, Augusta, Georgia 30901, Point of Contact: Jessie Hutton, 706-733-0188x3932. Qualifications: The installation of the gas detection equipment must be performed by a licensed vendor accordance with the EPA guidelines and be licensed and approved to work on Gasgard and Chillgard proprietary systems. Using an installation company unfamiliar with the application/installation of these systems will extend repairs beyond an acceptable time producing the increased possibility of the gas detection units being unable to maintain acceptable measurements in the facility. Government Responsibility: The Government will provide access to all Mech rooms, roof tops, electrical rooms necessary to complete the task. Contracting Officer Representative (COR) shall obtain PIV Badges in accordance with VA Directive 0710 if needed. COR will certify all invoices in a timely manner upon receipt from Contractor. COR will document contractor s performance in Contractor Performance Assessment Reporting System (CPARS) Changes to Statement of Work: Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a folder along with all other pertinent information. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the Contractor. PERFORMANCE MEARSURE Performance measures are comprised of performance indicators (some characteristic of a deliverable that can be measured) and performance measures (a mark, measure or benchmark that government personnel use as a point of comparison when evaluating contractor performance). The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these measures. The Performance Requirements Summary Matrix, paragraph in the Performance Work Statement (PWS), includes performance measures. The Government shall use these measures to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). Performance Indicators PWS Ref Performance Measure Acceptable Level of Quality Method of Assessment Incentive Dis-incentive Must be able to provide all equipment need to perform job Para B.1 & 3 Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. 95___% Periodic Sampling and Validated Customer Complaints Positive Past Performance Will not be awarded contract Must have qualified personnel that has installed gas detection units in a hospital setting, Para B.1 & 3 Must have qualified personnel that has performed this type work in Hospital 95___% Direct Observation and Periodic Inspection Positive Past Performance Will not be awarded contract Must be able to perform job as scheduled in a timely manner Para B.1 & 3 MUST BE ABLE TO PERFORM WORK WHEN SCHEDULED & TIMELY __95_% Direct Observation and Periodic Inspection Positive Past Performance Will not be awarded contract Must have valid certifications/license in gas detection equipment to perform this type work and approved to work on Chillgard and Gasgard proprietary systems. Para B.1 & 3 Must provide certifications ___% Random and Periodic Sampling Positive Past Performance Will not be awarded contract VA INFORMATION SYSTEM SECURITY/PRIVACY CLAUSES GENERAL SECURITY REQUIREMENTS: Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS: A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. 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). VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures comply with VA directive requirements. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. The contractor/subcontractor s firewall and Web services security controls, if applicable, shall meet or exceed VA s minimum requirements. VA Configuration Guidelines are available upon request. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA s prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR. Security Incident Investigation: 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. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract 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. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. Liquidated Damages for Data Breach: Consistent with the requirements of 38 U.S.C. ยง5725, 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: Nature of the event (loss, theft, unauthorized access); Description of the event, including: date of occurrence; data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; Number of individuals affected or potentially affected; Names of individuals or groups affected or potentially affected; 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; Amount of time the data has been out of VA control; The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); Known misuses of data containing sensitive personal information, if any; Assessment of the potential harm to the affected individuals; Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and 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: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. SECURITY CONTROLS COMPLIANCE TESTING: On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-days notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time. Training: All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; Successfully complete the VA Privacy and Information Security and Rules of Behavior training and annually complete required security training; Successfully complete the appropriate VA privacy training and annually complete required privacy training; and Successfully complete any additional information security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ Vendor will provide all materials and tools Removing and disposal of old Gasgard and Chillgard unit MSA Chillgard 5000 A-CG5000-0-4-1-0-M MSA LOCAL STOCK NUMBER: A-CG5000-0-4-1-0-M MSA 0002 7.00 EA __________________ __________________ MSA Ultima X Replacement Sensor A-ULTX-SENS-11-0-0 LOCAL STOCK NUMBER: A-ULTX-SENS-11-0-0 0003 7.00 EA __________________ __________________ MSA Replacement Gas Sensor A-ULTX-SENS-31-1-0 LOCAL STOCK NUMBER: A-ULTX-SENS-31-1-0 0004 1.00 EA __________________ __________________ MSA Gasgard XL 6000 A-GASGARD-XL-6-0-0-0 LOCAL STOCK NUMBER: 5850.00 0005 1.00 EA __________________ __________________ MSA Gasgard XL 8000 A-GASGARD-XL-8-0-0-0 LOCAL STOCK NUMBER: A-GASGARD-XL-8-0-0-0 0006 1.00 EA __________________ __________________ MSA Cylinder, 60ppm CO in Air 710882 LOCAL STOCK NUMBER: 710882 0007 1.00 EA __________________ __________________ MSA 0.6% Propane Cal Gas 10028034 LOCAL STOCK NUMBER: 10028034 0008 1.00 EA __________________ __________________ MSA Calibration Gas Cylinder- 20.8 Oxygen in Nitrogen 10028028 LOCAL STOCK NUMBER: 10028028 0009 1.00 EA __________________ __________________ MSA Cylinder, 100 PPM HFC-134A in Nitrogen 803500 LOCAL STOCK NUMBER: 803500 0010 2.00 JB __________________ __________________ Onsite Service 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. Relevant Experience/Past Performance 3. 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 13. The criteria for evaluation are: 1) Technical Approach; 2 Relevant Experience/Past Performance; 4) Price. When combined, Technical Approach, and Relevant Experience/Past Performance are significantly less important than price. To receive consideration for award, a rating of no less than Acceptable must be achieved for the Technical and Management and Factors for Relevant Experience/Past Performance. Offerors are cautioned that the awards shall be made based upon the lowest prices offered. The Government intends to award only one (1) contract. 1. Technical Approach: A) Names and resumes of employees and prospective employees who are known to the Contractor that are anticipated to fulfill the services of this scope of work should be submitted as part of the vendor's technical proposal. Where employees' names are not known, the use of position titles and job description will be acceptable. Prospective employees may provide letter of commitments in writing and copies of any licenses or certifications are a plus. The qualifications of contractor employees have greater weight than subcontractors. Detail prior experience in providing services similar to those required by this solicitation. Emphasis shall be placed upon prior contractual experience that is the same as or equivalent to that required by this solicitation. The offers description of prior contractual experience shall include a description of the type of work performed. Offers may provide copies of the contract technical requirements to illustrate the type of work. B) Offers shall provide a detailed management plan describing their proposed capability and methods to manage the performance of all work. The plan shall be organized, specific and complete in detail, realistic, and provide a straightforward delineation of the proposed management system. The plan shall contain all proposed management policies and organization charts proposed to implement the plan. 2. Relevant Experience/Past Performance The Relevant Experience/Past Performance evaluation will assess the relative risks associated with an offeror s likelihood of success in performing the solicitation s requirements as indicated by that offeror s record of Relevant Experience/Past Performance. Offerors that have provided the service for other facilities in the past must provide dates of service provided (minimum of 2 years experience), facility and government point of contact or; Offerors that have not provided this exact service for facilities in the past must provide at least two (2) references of other similar facilities where the exact service for performing Chillgard And Gasgard Monitoring System Upgrades was provided (minimum of 2 years experience) you may use the Past Performance Information Survey form provided within this solicitation. Submit names and locations where the same type of work was performed previously. Past Performance Survey OFFEROR INSTRUCTIONS: A separate survey must be completed for each reference. The completed surveys must be included with the offeror s technical proposal. EVALUATOR INSTRUCTIONS: The Department of Veterans Affairs is considering the Offeror listed below for award of a VA contract. Your comments would be appreciated regarding this company s past performance. Your comments are considered Source Selection Sensitive. The name of the individuals providing reference information is confidential and will not be released or made publicly available. Name of Company being evaluated: Evaluator s Name: Evaluator s Company Name, Address and Phone number: Indicate what contracts did this offeror provided for your company? Provide the total contract amount, dates of performance, and contract number. Evaluation Questions Comment on the overall quality of contractor s work. Were there any performance issues/concerns? If so, ...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a0086e6875d24d82bbd7caad15ee7673/view)
- Record
- SN05760594-F 20200819/200817230201 (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 |