Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2022 SAM #7588
SOLICITATION NOTICE

47 -- (C) 666_FORECAST/FUNDED (ME) IRRIGATION CONTROLLER REPLACEMENT (VA-23-00001153)

Notice Date
9/7/2022 11:13:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25922Q0748
 
Response Due
9/15/2022 1:00:00 PM
 
Archive Date
09/16/2022
 
Point of Contact
Natasha Holland, Contract Specialist, Phone: 303.712.5753
 
E-Mail Address
natasha.holland@va.gov
(natasha.holland@va.gov)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25922Q0748 666 | Irrigation Control System Replacement | Unrestricted This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm ET, 09/12/2022 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to natasha.holland@va.gov no later than 4:00pm ET, 09/15/2022. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25922Q0748. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2022-07 is effective August 10, 2022. The North American Industrial Classification System (NAICS) code for this procurement is 221310 with a small business size standard of $36,000,000.00. This solicitation is unrestricted. List of Line Items; BRAND NAME OR EQUAL Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 BL-3200P BASELINE TWO-WIRE CONTROLLER IN 16 GA. STAINLESS STEEL PEDESTAL, EXPANDABLE TO 200 ZONES 2 EA $ $ 0002 BL-SUBSTN-X-R12 BASELINE SUBSTATION WITH 12 STATION BL-5200R SERIES POWERED BI-CODER IN 16 GAUGE POWERDER COATED METAL WALL MOUNTED CABINET 1 EA 0003 BL-5201 BASELINE 1 STATION DIRECT BURIAL BI-CODER 200 EA 0004 BL-ER-P BASELINE ETHERNET RADIO MODULE FOR X/XS CABINET WITH 3DB INTEGRATED ANTENNA FOR BL-1000 AND BL-3200 CONTROLLERS 1 EA 0005 BL-ER-X BASELINE ETHERNET RADIO MODULE FOR X/XS CABINET WITH 3DB INTEGRATED ANTENNA FOR BL-1000 AND BL-3200 2 EA 0006 BL-5315B BASELINE 1.5' DIRECT BURIAL BI-SENSOR (MOISTURE SENSOR) WITH 50' CONNECTION WIRES, AND 2 WATERPROOF CONNECTORS SPECIAL ORDER - NON-RETURNABLE 6 EA 0007 BL-ETH-SW BASELINE RUGGEDIZED 5 PORT ETHERNET SWITCH 1 EA 0008 BL-ER-OMNI BASELINE OMNI DIRECTIONAL HIGH GAIN ANTENNA KIT FOR BL-ER MODULES FOR BL-1000 AND BL-3200 CONTROLLERS. 1 EA 0009 BL-CX-CBL25 BASELINE 25' COAXIAL ANTENNA CABLE (LMR-400). INCLUDES N-TYPE CONNECTORS, AND BULK-HEAD ADAPTER. 1 EA 0010 LAIL350NN IN-LINE SURGE SUPRESSER 3 EA 0011 BL-LA01 BASELINE DIRECT BURIAL SURGE ARRESTOR 30 EA 0012 BASELINE INSTALLATION 1 JB Grand Total $ Description of Requirements for the items to be acquired; Statement of Work Irrigation Control Grounds Sheridan VAHCS 666 1. Purpose: To obtain a replacement for the current (Hunter) computer-controlled irrigation system for the Sheridan VAHCS Grounds maintenance crew. This equipment controls the operation of the irrigation systems across the 200-acre campus. 2. Background: Currently the Sheridan VAHCS Grounds maintenance crew uses a Hunter controlled irrigation system which is end of life and Hunter industries has stopped supporting the system. This system controls over 400 irrigation sprinkler zones across the campus. This system consists of 1 desktop computer that controls 4 zone controllers, with over 400 zones of irrigation systems to operate. 3. Specifics: Line Item #1: Irrigation Control System A. The contractor shall provide a complete control system with all parts integrated into an irrigation control system that meets the requirements as laid out in this statement of work. 1) The intent of this project is to replace numerous smaller controllers around campus with two centralized pedestal controllers and a wall mounted controller. It is understood that system capabilities may vary by manufacturer. The requirements in the following sections are written for this approach, but if a proposed system differs slightly from this approach, the contractor shall explain in their bid how the differences provide the best value to the Government. B. The contractor shall remove and dispose of existing system components, and install the new components listed below, integrate them and test the irrigation system to ensure that all components are functioning properly. 1) It is understood that the types and numbers of the components may vary somewhat depending upon the contractor s proposed system. The contractor shall explain in their bid how their chosen system meets the overall elements laid out in the sections below. 2) All work shall be completed such that the new control system can be functionally tested with the full campus irrigation system operating. The system operates from the beginning of May through the end of Sep each year. C. The contractor shall assist the VA with transferring zone information into the new system and setting up the new zone programs. D. Provide 2ea two wire capable controllers in steel pedestals. 1) Pedestals should be made of 16 GA stainless steel or similar material. 2) Shall have a color screen with brightness to allow for direct sunlight viewing. 3) Shall support up to 200 two-wire zones. 4) Shall support up to 8 sensors, such as temperature or moisture sensors. 5) Shall be capable of supporting at least 15 concurrent zones. 6) Shall be capable of supporting at least 20 independent programs. E. Provide 1ea two-wire capable substation controller in a wall mounted cabinet. 1) Wall mounted cabinet should be made of 16 GA stainless steel or similar material. 2) Shall have a color screen with brightness to allow for direct sunlight viewing. 3) Shall support up to 100 two-wire zones. 4) Shall support up to 3 sensors, such as temperature or moisture sensors. 5) Shall be capable of Wifi/Radio communication with the controllers listed in item D above. 6) Shall come with a 12 station/port device to control conventionally wired zones. F. Provide 200ea zone direct bury two-wire decoders (or similar based on system supplied) that allow for two-way command and control of existing irrigation zones. G. Shall provide Ethernet radio communications modules, switches and antennas for the controllers (Item D) and substation (Item E), to allow them to communicate with the main control computer. 1) Shall provide antenna cables, connectors and adaptors needed to connect antennas to the system. 2) Shall provide lightning arrestor surge protectors for all antennas. H. Shall provide 6ea direct bury moisture sensors with 50 connection wires and 2 waterproof connectors per sensor. I. Shall provide 30ea direct bury two-wire surge arrestors to protect against nearby lightning strikes. J. The contractor shall remove the existing wall mounted or pedestal controllers at Building 2, Building 106 & Lot 6, and tie the control wires that went into those controllers into the nearest main control cables (see drawings). 1) The contractor shall install approximately 235 of new buried cable for the Building 2 controller replacement. 2) The contractor shall install approximately 110 of buried cable for the building 106 controller replacement. i. One sidewalk will need to be crossed for this cable. Contractor has the option of boring under the sidewalk or removing & replacing a section of the sidewalk. 3) The contractor shall install approximately 155 of buried cable for the Lot 6 controller replacement. 4) The contractor shall install in ground boxes at all main splice locations. K. Shall provide training to 8 VA staff on operations and maintenance of all installed systems and components. L. If the control system has ever completed a VA Enterprise Risk Analysis (ERA), or similar process with another Government agency, in order to be allowed to operate on a Government IT network, please provide available documentation submitted as part of that process. 1) It would be helpful to the Sheridan VA to eventually get the system approved to operate on the VA IT Network, through the ERA process. If the system has been approved to operate on another Government network, the types of data that were needed for that approval are likely very similar to what would be needed for the VA ERA process. To the extent available and possible, we would request copies of documentation that would aid in going for similar approval within the VA. M. Shall provide a central computer on which to run the system control software. 1) Shall provide the computer with all software required for it to operate, Windows, etc. 2) Computer will be sized to adequately run the Irrigation control software and have the storage space for any reports/data. 3) Computer shall come with keyboard with number pad, mouse, and 24 monitor. 4) Due to security requirements, the computer will not be connected to the internet at the VA, so contractor shall consider preloading software prior to delivery to the VA, if an internet connection is required. Computer shall be WIFI capable to connect to a mobile hotspot for updates as needed. 5) The computer shall be located in Building 41 on the Sheridan VA campus, to replace the current irrigation system control computer in that location. 4. Contractor Experience Requirements: Contractor shall provide three examples of projects where they have installed or replaced irrigation control systems for an irrigation of similar size as the one at the Sheridan VAMC. 5. Warranty: The irrigation control system and all associated systems/components shall have a minimum warranty of 1 year. During the warranty period, the contractor shall provide any system software or firmware upgrades required as part of the warranty. 6. General: Equipment to be delivered to the Sheridan VA Medical Center. FMS personnel will accept the equipment. Contractor shall perform all installation and a full functionality test on the equipment to ensure that the equipment is working properly. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Department of Veterans Affairs Sheridan VAMC 1898 Fort Road Sheridan, WY 82801 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.  No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.  All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) - Price Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: 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 considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.227-19 Commercial Computer Software-Restricted Rights (DEC 2007) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to natasha.holland@va.gov by 4:00pm ET, 09/15/2022. Name and email of the individual to contact for information regarding the solicitation: Natasha Holland Natasha.holland@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/67afad87e6644c4f8115edbda295946f/view)
 
Place of Performance
Address: Department of Veteran Affairs Sheridan VA Medical Center 1898 Fort Road, Sheridan, WY 82801, USA
Zip Code: 82801
Country: USA
 
Record
SN06455842-F 20220909/220907230136 (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.