MODIFICATION
J -- SCADA Control System Services
- Notice Date
- 2/9/2023 6:55:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q0256
- Response Due
- 2/20/2023 2:00:00 PM
- Archive Date
- 03/22/2023
- Point of Contact
- tnauri.woodbridge@va.gov, Tnauri Woodbridge, Phone: Craig Harris, Fax: craig.harris@va.gov
- E-Mail Address
-
Joshua.Davis5@va.gov
(Joshua.Davis5@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis Solicitation Manchester VAMC Boiler Control Systems Engineering Support (i) 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. (ii) The solicitation number is 36C24123Q0256_1 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. (iv) This requirement is being issued as an open market, small business set-aside. The associated NAICS code is 238290 - Other Building Equipment Contractors and small business size standard is $15 million. (v) The Government intends to award a firm-fixed price award for a Base + 4 Option Years of boiler control systems engineering support at the Manchester VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to boiler control systems engineering support IAW the attached Performance Work Statement (PWS). Please see the attached PWS for full requirement details. (vii) The Place of Performance is Manchester VAMC as described per the PWS. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Site Visit: (1) The VA will be hosting a site visit on Wednesday, 15 February 2023 at 09:00AM EST. Those interested in attending MUST coordinate with Eugene Moser at eugene.moser@va.gov NLT 12:00 PM EST on Tuesday, 14 February 2023. Those who do not provide Mr. Moser with a request to attend may be excluded from the site visit. NO ADDITIONAL SITE VISIT WILL BE AUTHORIZED. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to both Tnauri Woodbridge at tnauri.woodbridge@va.gov and Craig Harris at craig.harris@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Thursday, 16 February 2023 at 3:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the PWS. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the PWS in a timely efficient manner. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the PWS. Contractor shall demonstrate that their technicians meet the qualification standards stated in the PWS. SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the 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 compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable New Hampshire Hillsborough County WD #2015 posted on sam.gov) (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due Tuesday, 21 February 2023 by 5:00 PM EST. RFQ responses must be submitted via email to: Tnauri Woodbridge at tnauri.woodbridge@va.gov and Craig Harris at craig.harris@va.gov. Hand deliveries shall not be accepted. (xvi) The POCs of this solicitation are Tnauri Woodbridge at tnauri.woodbridge@va.gov and Craig Harris at craig.harris@va.gov. ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Control Systems Engineering Support Services at Manchester VAMC IAW PWS Contract Period: Base Period POP Begin: 24-Feb-2023 POP End: 23-Feb-2024 1.00 JOB __________________ __________________ 0002 Unanticipated On Site Maintenance Services at Manchester VAMC IAW Section 3.4 of the PWS Contract Period: Base Period POP Begin: 24-Feb-2023 POP End: 23-Feb-2024 50.00 HOUR __________________ __________________ 1001 Control Systems Engineering Support Services at Manchester VAMC IAW PWS Contract Period: Option Year 1 POP Begin: 24-Feb-2024 POP End: 23-Feb-2025 1.00 JOB __________________ __________________ 1002 Unanticipated On Site Maintenance Services at Manchester VAMC IAW Section 3.4 of the PWS Contract Period: Option Year 1 POP Begin: 24-Feb-2024 POP End: 23-Feb-2025 50.00 HOUR __________________ __________________ 2001 Control Systems Engineering Support Services at Manchester VAMC IAW PWS Contract Period: Option Year 2 POP Begin: 24-Feb-2025 POP End: 23-Feb-2026 1.00 J0B __________________ __________________ 2002 Unanticipated On Site Maintenance Services at Manchester VAMC IAW Section 3.4 of the PWS Contract Period: Option Year 2 POP Begin: 24-Feb-2025 POP End: 23-Feb-2026 50.00 HOUR __________________ __________________ 3001 Control Systems Engineering Support Services at Manchester VAMC IAW PWS Contract Period: Option Year 3 POP Begin: 24-Feb-2026 POP End: 23-Feb-2027 1.00 J0B __________________ __________________ 3002 Unanticipated On Site Maintenance Services at Manchester VAMC IAW Section 3.4 of the PWS Contract Period: Option Year 3 POP Begin: 24-Feb-2026 POP End: 23-Feb-2027 50.00 HOUR __________________ __________________ 4001 Control Systems Engineering Support Services at Manchester VAMC IAW PWS Contract Period: Option Year 4 POP Begin: 24-Feb-2027 POP End: 23-Feb-2028 1.00 JOB __________________ __________________ 4002 Unanticipated On Site Maintenance Services at Manchester VAMC IAW Section 3.4 of the PWS Contract Period: Option Year 4 POP Begin: 24-Feb-2027 POP End: 23-Feb-2028 50.00 HOUR __________________ __________________ GRAND TOTAL __________________ ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: ATTACHMENT 3 PERFORMANCE WORK STATEMENT DEPARTMENT OF VETERANS AFFAIRS BOILER PLANT Control Systems Engineering Support Services INTRODUCTION The VA Medical Center in Manchester has a SCADA system that requires support services, as well as preventative maintenance services, for the routine and critical maintenance of your facility s control systems. Provide all materials, labor, and equipment to perform the items detailed below. The contract will have a one-year base period with four option years. BACKGROUND The VA equipment to be serviced is proprietary in nature and design it requires specialized test equipment, tools, training, and certifications/licenses to service. This Contractor shall have the necessary test equipment, tools, training, and certifications to perform this work. SCOPE Item 1 - Plant Control System Control panels, controllers and field devices directly monitoring and/or controlled. This includes field calibration of all balance of plant instruments that are capable of being calibrated. This excludes control systems not provided by Contractor. Contractor will at the request of the customer and to the best of our ability and substantial knowledge base, support existing control systems provided by others, however we cannot guarantee successful results. 3.2 Item 2 - Plant Data Network Infrastructure Network infrastructure devices and interfaces whose function is to pass data throughout the controls network. This excludes customer s corporate network infrastructure devices and interfaces. 3.3 Item 3 - Plant Human Machine Interface (HMI) System Control system HMI Servers, workstations, and operator interface terminals (OIT). This excludes HMI s and OIT s not provided by Contractor. Contractor will at the request of the customer and to the best of our ability and substantial knowledge base, support existing control systems provided by others. 3.4 Item 4 - Telephone/Remote Support Normal Business Hours: M-F 8-5 Within (4) Four Hours of initial call for support, Contractor shall provide the customer technical phone support and/or remote system access support during NORMAL business hours. This support shall include questions covering troubleshooting, maintenance, and operational issues for all controlled systems covered under this agreement. Up to 40 hours per year of telephone and/or remote support shall be provided during normal business hours as part of the base contract. Additional telephone/remote support services shall be provided on a T&M basis. 3.4 Item 5 - On Site Maintenance Services Contractor shall provide a qualified control systems engineer and/or technician to perform onsite maintenance services. These services ensure the consistent operation of the field controllers, their systems, and their associated end-devices, as well as the HMI systems, and evaluate performance and functionality of the controlled systems. These maintenance services shall include: 1. Field Controller Hardware Operational Verification 2. Operational verifications of server and workstation HMI visualization, historical data acquisition and alarming software 3. Historical database maintenance and backup verification 4. System performance evaluations 5. Field Instrumentation Calibration 6. Troubleshooting Onsite maintenance may be required up to 3 DAYS ANNUALLY and shall include the services of an engineer and/or up to two (2) technicians, travel time and expenses. These activities shall be coordinated with the Manchester VA POC and the Contracting Officer. No additional work shall be accomplished until authorization is provided by a Contracting Officer. 3.5 Item 6 - Project Management Contractor shall provide Project Management staff. Project Management shall include: 1. A single point of contact to meet the needs of the customer and control systems. 2. Continuous evaluation of the control system and its controlled systems. 3. Reports, documentation updates and recommendations will be provided. APPLICABLE DIRECTIVES Medical Center, Facility Services Policy, FS-7. VA Directive 1810 PERFORMANCE REQUIREMENTS All work shall be completed such that the integrity of the systems is maintained. All work shall be done in accordance with OSHA, EPA regulations, NFPA codes, with particular attention to NFPA 85, VA codes, Federal, State, and local regulations throughout the course of this project. All areas will be left in a clean and workmanlike manner. DELIVERABLES Contractor shall coordinate with the customer to provide a complete calendar year schedule for scheduled maintenance tasks at the commencement of the contract. Contractor shall provide a prioritized phone support contact list at the commencement of the contract. OTHER CONSIDERATIONS: Material Safety Data Sheets (MSDS s) must be submitted to the Contracting Officer s Technical Representative (COTR) for approval for all hazardous materials before they are brought to the work site. Two weeks prior notice is required for all work that involves shutting down any of the systems. Work requiring a shutdown may be required to be performed outside of normal working hours. End of day cleanup of the work area(s) is mandatory and all trash shall be bagged and properly disposed of offsite. Contractor vehicles, including those of their employees, are to be parked in the lower level of Lot D. Exclusion: Any vehicle directly involved in the cleaning and removal of debris from the boilers. Smoking is permitted only in designated locations. Work shall be completed during normal business hours of 7:00am 4:30pm.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2cab78fa795e4de7b2db51c5b7dfbb50/view)
- Place of Performance
- Address: Manchester VA Medical Center 518 Smyth Road, Manchester, NH 03104, USA
- Zip Code: 03104
- Country: USA
- Zip Code: 03104
- Record
- SN06586795-F 20230211/230209230110 (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 |