SOLICITATION NOTICE
41 -- Chiller Equipment and Generator Rental
- Notice Date
- 1/17/2024 11:30:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24424Q0266
- Response Due
- 1/29/2024 9:00:00 AM
- Archive Date
- 03/29/2024
- Point of Contact
- Jennifer Beiswenger, Contract Specialist, Phone: 814-943-8164 x4323
- E-Mail Address
-
jennifer.beiswenger@va.gov
(jennifer.beiswenger@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 request for quotation prepared in accordance with Part 13 of Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is $857,420.00. This Solicitation is an SDVOSB set-aside. The NAICS Code is 532490 Other Commercial and Industrial Machinery and Equipment Rental and Leasing and the business size standard is $35 million. The Contracting Office is seeking to establish an order for mobile chiller and generator rental to support the Wilkes Barre, PA VAMC. The Contractor shall furnish all necessary labor, materials, equipment, and supervision to supplement the existing main chiller system during the upcoming cooling season. This will be accomplished by connecting air-cooled stand-alone chillers to the existing taps. The requirement is estimated to be for a period of seven (7) months beginning in April 1, 2024 and ending October 31, 2024. The attached schedule covers the period of performance for this order. The Service Contract Act (SCA) applies to all nonprofessional services to be provided under this Schedule except for any pricing offered for services outside of the United States. The full-text version of each wage determination can be viewed at www.wdol.gov. As such, the Offeror should verify that its proposed base rates and fringe benefit rates for these labor categories meet or exceed the SCA wage determination rates and fringe benefits for the areas included in the geographic scope of the contract, the Offeror will be required to comply with applicable SCA wage determination rates and fringe benefits regardless of the price proposed and awarded on any resultant Schedule contract. Complete instructions for submitting a response to this solicitation and applicable provisions and clauses are enclosed. All offerors are advised to pay careful attention to the quote submission instructions as there are very specific instructions as what is required to be provided. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-1(k). Registration may be done online at: https://beta.sam.gov. Contractors are advised that all questions concerning this solicitation shall be sent in writing to the Contracting Office at NCO 4. No questions will be answered after 1/22/2024 at 4:00 PM EST. Questions shall be sent via email to Jennifer Beiswenger at jennifer.beiswenger@va.gov. I. Quote Submission Instructions: A. Failure to follow the instructions below may result in elimination from award consideration or a non-responsive determination. 1) Quotes shall be submitted via email to Jennifer Beiswenger at jennifer.beiswenger@va.gov, no later than 12:00 PM EST, Monday, January 29th, 2024. 2) All quotes shall include one (1) separate electronic copy of each of the Section listed below. The Sections must be clearly identified as described below (either as the title of the document or on the actual document). 3) No price information shall be included in the technical section. If pricing information is found in the technical section, the quote may be considered non-responsive and not evaluated. B. Section I Administrative/Regulatory. Page limit: None. Please be advised that this Section is not sent for technical evaluation. 1) The vendor shall include a narrative regarding subcontractors. This narrative shall describe what tasks the prime will perform and what tasks the subcontractors will perform. The response shall also provide the subcontractor s business name and DUNS. If the offeror does not plan to use subcontractors, they need to respond accordingly. Failure to provide the requested information regarding may result in a non-responsive determination. 2) In accordance with FAR 4.1102 and FAR 52.204-7 (b)(1) offerors must be registered in the System for Award Management (SAM) database at time of quote submission and at time of award. Registration may be done online at: www.acquisition.gov or www.sam.gov. 3) Completed Certificate of Compliance for Services and Construction 852.219-75 shall be submitted. Failure to complete and submit this certification will automatically result in a non-responsive determination and no further consideration for award. 4) In accordance with VAAR 819.7003(3) offerors must be registered in Veteran Small Business Certification (VetCert) run by the U.S. Small Business Administration database at time of quote submission and time of award. Registration may be done online at: https://veterans.certify.sba.gov/ C. Section II Technical Please Note this section is not sent for Technical Evaluation. Page limit: 20 pages including any coversheets and table of contents. Certifications are not included in the page count. 1) Vendors shall provide a detailed narrative which fully demonstrates how the offeror will meet the requirements found in the Statement of Work (SOW). A cut and paste of the SOW as the offeror s response is not an acceptable response. Vendor shall provide a narrative of at least three previous projects of similar scope and scale for chiller and generator rental. The vendor should detail the location of the services, size of equipment, and maintenance and set-up operations performed. D. Section IV Price. No page limit. Please note, this section is not sent to the technical evaluators. II. Evaluation of Quotations The Government will award to the lowest technically acceptable price (LPTA), based on the schedule.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b66e0c67b7494582b313937fa2d48536/view)
- Place of Performance
- Address: Wilkes-Barre VA Medical Center 1111 East End Blvd., Wilkes-Barre 18711
- Zip Code: 18711
- Zip Code: 18711
- Record
- SN06937357-F 20240119/240117230043 (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 |