SOLICITATION NOTICE
J -- Automatic Door Maintenance 528A7
- Notice Date
- 11/12/2020 10:31:29 AM
- 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
- 36C24221Q0153
- Response Due
- 12/1/2020 7:00:00 AM
- Archive Date
- 03/01/2021
- Point of Contact
- Kimberly A Wiatrowski, Kimberly Wiatrowski, Phone: 716-862-6391
- E-Mail Address
-
Kimberly.Wiatrowski@va.gov
(Kimberly.Wiatrowski@va.gov)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION AUTOMATIC DOOR 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 36C24221Q0153. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. (iv) This procurement is being issued as an unrestricted open market solicitation. 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 Automatic Door Maintenance for a base plus four (4) option years. See applicable salient characteristics/requirements below: Pricing for Automatic Door Maintenance: LINE ITEM DESCRIPTION QUANITY UNIT UNIT PRICE TOTAL PRICE 0001 Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. Base Period of Performance of January 1, 2021 to December 31, 2021. 4 QT 1001 Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. Option Year 1 Performance of January 1, 2022 to December 31, 2022. 4 QT 2001 Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. Option year 2 Period of Performance of January 1, 2023 to December 31, 2023. 4 QT 3001 Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. Option year 3 Period of Performance of January 1, 2024 to December 31, 2024. 4 QT 4001 Provide price to furnish all parts and labor to provide two (2) preventive maintenance inspections per year, plus all emergency repairs required for the automatic doors located at the Syracuse VA Medical Center. Option year 4 Period of Performance of January 1, 2025 to December 31, 2025. 4 QT Total Price: (vi) Description of the Requirement: See attached Statement of Work (SOW) to include Wage Determination. The contractor shall provide all parts and labor identified in the SOW. (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 (JUN 2020), 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 (AUG 2020) 52.233-2 Service of Protest (SEPT 2006) 852.233-70 Protest Content (SEP 2019) 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. 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 inspection, maintenance and repair of Automatic Doors in, healthcare, industrial, educational or commercial facilities and are able to meet all the requirements of the attached Statement of Work. The capability statement shall include the following information: Solicitation number for this requirement as 36C24221Q0153. Name, address, DUNS number and telephone number of offeror. The Offeror shall provide a statement that you can meet the below statement: All work will commence within twenty-four (24) hours after receipt of telephonic, written or verbal notification (from the Contracting Officer or COR only), unless the COR determines it to be an emergency, in such case work shall commence within three (3) hours after receipt of notification and shall proceed progressively to accomplishment without undue delay 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 inspection, maintenance and repairs of Automatic Doors. 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 (JUN 2020) 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 (AUG 2020) 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) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) applicable provisions and clauses noted in blue below: 852.203-70 Commercial Advertising (MAY 2018) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.233-70 Protest Content/Alternate Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.237-75 Key Personnel (OCT 2019) (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 (JUN 2020) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 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 (JUN 2020) 52.219-8, Utilization of Small Business Concerns (OCT 2018) 52.219-14, Limitations on Subcontracting (MAR 2020) 52.219-28, Post Award Small Business Program Representation (MAY 2020) 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 (JUN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (JAN 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 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 (AUG 2018) 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, November 19, 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 November 17, 2020 3:00 pm EST to Kimberly Wiatrowski via email Kimberly.wiatrowski@va.gov. (xiv) N/A (xv) This is an open-market unrestricted combined synopsis/solicitation for Automatic Door Maintenance 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, Tuesday December 1, 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 Monday November 23, 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/125658d681dd4662909be4f92103d8f1/view)
- Place of Performance
- Address: Syracuse VA Medical Center 800 Irving Avenue Syracuse, NY 13210, USA
- Zip Code: 13210
- Country: USA
- Record
- SN05851463-F 20201114/201112230139 (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 |