SOLICITATION NOTICE
H -- Elevator Inspections
- Notice Date
- 8/16/2024 11:03:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333921
— Elevator and Moving Stairway Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q1440
- Response Due
- 8/30/2024 9:00:00 AM
- Archive Date
- 09/29/2024
- Point of Contact
- J'Vonne Wilson, Contracting Officer, Phone: 813-816-4620, Fax: N/A
- E-Mail Address
-
jvonne.wilson@va.gov
(jvonne.wilson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for Elevator Inspection Services at James A. Haley Veterans Hospital (JAHVH), as 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; quotes are being requested and a written solicitation will not be issued. A Firm-Fixed Price purchase order is anticipated. (ii) The solicitation number is 36C24824Q1440 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04 (eff. 5/1/2024). (iv) This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. The combined synopsis/solicitation is: 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this requirement is NAICS Code 333921: Elevator and Moving Stairway Manufacturing code and has a size standard of 1000K Employees. To be considered as a Service-Disabled Veteran Owned Small Business (SDVOSB), prospective offerors must be a verified SDVOSB on the U.S. Small Business Administration (SBA) Veteran Small Business Certification (VetCert) page (https://veterans.certify.sba.gov/) at the date and time set for receipt of offers. Responses shall be on all or none basis, no partial submissions will be accepted. Quote must be valid for 90 days. All offerors must be registered in System for Award Management (SAM) at https://www.sam.gov at time offers are due to be considered for an award of a federal contract. Registration must be complete and not missing elements such as representations and certifications. Questions are due no later than Friday August 16, 2024 at 4:00PM EST. Only email questions will be accepted. Email questions to Contracting Officer, J Vonne Wilson at jvonne.wilson@va.gov. Quotes are due no later than Wednesday August 21, 2024 at 4:00PM EST. Quotes will only be accepted in Microsoft Word or .pdf format via email to: Contracting Officer J Vonne Wilson at jvonne.wilson@va.gov. Insert RFQ# 36C24824Q1440 and your company name in subject line of email. (v) Line-Item Numbers (LINs): DELIVERY SCHEDULE: James A. Haley Veterans Hospital (JAHVH) 13000 Bruce B. Down Blvd. Tampa, FL 33612-4745 (vi) See Performance Work Statement (PWS) (Attachment 1). (vii) PERFORMANCE MONITORING: See Performance Standards and Quality Measurement in the PWS. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) (ix) The award will be based on a COMPARATIVE EVALUATION. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Evaluations of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Price, Technical Approach (including training/certifications, Limitation of Subcontracting (LoS) Certification (SIGNED below), and New Vendor Form - Attachment 2), and past performance. Contractors shall provide the following: Technical Approach: Contractor shall provide a technical approach for Elevator Inspection Services in accordance with (IAW) the PWS. Technical approach statement MUST be submitted separate from the price schedule/quote. Training/Certifications: Contractor shall obtain all applicable training and applicable certifications to provide Elevator Inspection Services as stated in the PWS. Limitations of Subcontracting (LoS) Certification: Contractor must be able to comply with limitations on subcontracting clause in VAAR 852.219-75. Contractor MUST complete the Limitation of Subcontracting Certification (See VAAR 852.219-75 clause below) and submit with quote. New Vendor Form: Contractor shall complete the New Vendor Form (Attachment 2). Past Performance: Contractors submitting a quote shall be regularly established in the business of providing the services identified in the PWS and who have experience with commercial contracts of similar demand or greater, with conditions and scope as required for this contract. Contractors submitting a quote shall provide three (3) identified references when submitting their quote. Emphasis will be on recent and relevant past performance. Recent is defined as work performed within the last three years. Relevant is defines as work similar in scope of the work described in the PWS. Contract: Start Date of Contract: End Date of Contract: Reference s Name and Phone Number: Type of work performed & product used: Following receipt of quotes, the Government will perform a comparative evaluation of the services quoted. 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. Past performance evaluations will be conducted using information obtained from the Contractor Performance Assessment Reporting System (CPARS), and information from any other sources deemed appropriate. When evaluating past performance, the government will consider the currency and relevancy of the information, the source of the information, the context of the data, and the general trends in the contractor s performance. Quoters without available relevant past performance history will not be evaluated favorably or unfavorably. The Government reserves the right to obtain past performance information from other available sources. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Information not contained in quotes will not be considered during the evaluation. The Government intends to make award selection without any follow up communication but may determine after evaluating submitted quotes that clarification may be necessary and conduct them as appropriate. The Government reserves the right to make no award if no quotes meet the requirements of this solicitation. 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. (x) Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html https://www.va.gov/oal/library/vaar/index.asp 52.203-3 Gratuities (APR 1984) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (NOV 2023) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.209-5 Certification Regarding Public Matters (AUG 2020) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (SEP 2023) 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021) 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (FEB 2024) 52.228-5 Insurance Work on a Government Installation (JAN 1997) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-2 Service of Protest (SEP 2006) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.242-17 Government Delay of Work (APR 1984) 852.203-70 Commercial Advertising (MAY 2018) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) (End of Clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/54ff0656c8f94be696711e2d193a9fca/view)
- Place of Performance
- Address: Department of Veterans Affairs James A. Haley Veterans Hospital (JAHVH) 13000 Bruce B. Downs Blvd., Tampa 33612
- Zip Code: 33612
- Zip Code: 33612
- Record
- SN07173703-F 20240818/240816230111 (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 |