Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2022 SAM #7439
SOLICITATION NOTICE

Z -- Replace and Inspect Fire Dampers

Notice Date
4/11/2022 5:36:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24622Q0487
 
Response Due
4/12/2022 11:00:00 AM
 
Archive Date
07/20/2022
 
Point of Contact
LEAH TROSSEN, CONTRACTING OFFICER, Phone: 757-728-3114
 
E-Mail Address
LEAH.TROSSEN@VA.GOV
(LEAH.TROSSEN@VA.GOV)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 4 of 4 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24622Q0487 Posted Date: 4/11/2022 Original Response Date: 4/18/2022 Current Response Date: 4/18/2022 Product or Service Code: Z2DA Set Aside: SDVOSB/VOSB NAICS Code: 561210 Contracting Office Address 100 Emancipation Dr. Hampton, VBA 23667 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 in this notice. This announcement constitutes the only solicitation; Quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ.) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-04 01/30/2022 The associated North American Industrial Classification System (NAICS) code for this procurement is 561210, with a small business size standard of $41.5 million. The Durham VAMC 508 Fulton St. Durham NC, 27705 is seeking to purchase Inspect and Replace Dampers All interested companies shall provide a quote for the following: Services ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB __________________ __________________ Replace and increase access to fire dampers including remove and replace walls, relocate obstructions and inspect fire dampers IAW scope of work Contract Period: Base POP Begin: 04-20-2022 POP End: 09-30-2022 PRINCIPAL NAICS CODE: 561210 - Facilities Support Services PRODUCT/SERVICE CODE: Z2DA - Repair or Alteration of Hospitals and Infirmaries GRAND TOTAL __________________ Statement of Work The contractor shall remove six (6) failed fire dampers and replace with new dampers to match existing fire rating. The contractor shall use new UL555 rated fire dampers. The contractor shall be responsible for all demolition work to gain access to replace the broken fire dampers. The contractor shall remove all construction debris they generate from the hospital and maintain a neat and tidy work area. Upon completion of damper replacement, the contractor shall be responsible for all restoration work to the area. The restoration work shall match in uniformity and quality to that of the original existing construction. The contractor shall inspect and provide documentation of the new fire damper functionality. List of dampers needing replacement. The location on the drawings indicated (in parenthesis). FD-10B-1B-06 (10B-1) FD-10B-2B-007 (10B-2) FD-10-5B-04 (10B-4) FD-10-3B-08 (10B-3) FD-1F-09-19 (1F-9) FD-1F-11-21 (1F-10) The contractor shall increase access to five (5) fire dampers. The contractor shall be responsible for providing and installing new access doors or replacing smaller access doors with a minimum of 10 x10 doors in ductwork as needed to allow a technician to reach the fire damper for inspection. The contractor shall relocate any infrastructure, utilities, or obstructions necessary for access to the fire damper access doors including but not limited to electrical conduit, sprinkler pipe, HVAC and domestic water piping, medical gases, fire alarm, and communications cable. The contractor shall inspect and provide documentation of fire damper functionality. List of dampers needing increased access. The location on the drawings indicated (in parenthesis) FD-7C-3-A-02 (7C-1) FD-3-018B (3A-1) FD-6-09 (6A-2) SD-1-04 (not on drawings, located in hallway outside room C1026) FD-3A-7A-025 (3A-7) The contractor shall inspect and provide documentation of fire damper functionality of five (5) dampers. These dampers are not part of the work previously described. The contractor shall make any adjustments necessary to the fire damper linkages and brackets to correct operation of the damper. List of dampers needing adjustment and inspection. The location on the drawings indicated (in parenthesis). FD-9-04 (to be identified by COR) FD-2F-31B-062 (2F-32) FD-2F-34A-063 (2F-33) FD-5-01 (5C-3) FSD-3F-2D-070 (3F-2) The contractor shall provide a written safety plan as outlined in Attachment A to the COR for approval prior to the commencement of work. This plan shall describe the contractor s general safety program and shall identify specific safety hazards incidental to the contract work. The contractor shall secure and follow all instructions of an Infection Control Risk Assessment (ICRA) for any work behind walls or above ceilings. The contractor shall submit a work schedule and submittals within 14 days of notice to proceed. The Durham VAHCS shall have 20 workdays to review and approve submittals. Delivery shall be provided no later than 180 days after receipt of award of contract. Place of Performance Address: DVAMC Fulton Street Durham, NC Postal Code: 27705 Country: UNITED STATES Award shall be made to the quoter whose quotation, that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate technical capabilities, past performance, and price. Following receipt of quotes, the Government will perform an evaluation using a comparative analysis of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability, Contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues The Following will be used to determine the best benefit to the Government Quoter to provIed a detailed technical approach to completing all aspects of the statement of Work. The Quoter must provide the number of day they will need to start the project after the award date. Past performance was it pertains to similar projects Price The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [November 2021] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [February 2021] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [November 2021] Addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [January 2022] The following subparagraphs of FAR 52.212-5 are applicable: [X]  (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). [X]  (8) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). [X]  (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (MAR 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a [X]  (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (NOV 2020) (15 U.S.C 632(a)(2)). [X]  (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X]  (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X]  (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X]  (31)(i) 52.222 35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). [X]  (32)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). [X]  (33) 52.222 37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). [X]  (35)(i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). [X]  (44) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). [X]  (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X]  (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). X] (60) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332) [X]  (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X]  (7) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020). [X]  (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). VAAR  852.212-70  Provisions And Clauses Applicable To VA Acquisition Of Commercial Items (Apr 2020)   (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference [X] 852.203 70, Commercial Advertising. [X] 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. [X] 852.215 71, Evaluation Factor Commitments. [X] 852.232 72, Electronic Submission of Payment Requests. [X] 852.270 1, Representatives of Contracting Officers.   All Quoter shall submit the following: 1: Technical Proposal 2: Pricing filed on the included Price schedule All quotes shall be emailed ( No Mail or Fax submissions shall be excepted) to: Leah.trossen@va,gov This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a purchase order 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:"" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4/18/2022 at 2:00pm EST via email : Leah.tossen@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only email quote will be accepted Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer: Leah Trossen: leah.trossen@va.gov Point of Contact Leah Trossen- leah.trossen@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0ccaf44e62164736b0efadfda258c6c9/view)
 
Place of Performance
Address: DURHAM VA MEDICAL CENTER 508 FULTON STREET, Durham, NC 27705, USA
Zip Code: 27705
Country: USA
 
Record
SN06294681-F 20220413/220412211320 (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.