SOLICITATION NOTICE
J -- Water System Testing and Maintenance | Building 8 Water Softener Re-Bedding
- Notice Date
- 1/27/2025 10:36:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425Q0310
- Response Due
- 2/3/2025 9:00:00 AM
- Archive Date
- 02/06/2025
- Point of Contact
- Contract Specialist, Keri Lewis, Phone: 412-860-7204
- E-Mail Address
-
keri.lewis2@va.gov
(keri.lewis2@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction 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 and a written solicitation will not be issued. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24425Q0310. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03 effective 01-17-2025, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at FAR | Acquisition.GOV. This Solicitation is being competed as a Veteran Owned Small Business Set-Aside. The NAICS Code is 238220, with a business size standard of $19 million. The Product Service Code (PSC) is J046. The NCO4 Contracting Office is seeking to establish Water Softener Rebedding at the Philadelphia VA Medical Center in accordance with the Statement of Work (SOW). Service Contract Act Wage Determinations applies to this acquisition and will be incorporated into the resulting contract and task orders. The current Wage Determination, 2015-4215 v.25 Dated 07.22.24. This is a public document available for viewing on SAM.Gov. Complete instructions for submitting a response to this solicitation and applicable provisions and clauses are found in the solicitation. 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. 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 through email only. Multiple emails are allowable if necessary due to document size limitations. 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) 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. 2) Vendors are advised that the requirements of 13 CFR § 125.6 may be applicable to this solicitation and shall respond accordingly. The vendor shall include a narrative regarding subcontractors and a detailed description of how the offeror plans to adhere to the requirements of 13 CFR § 125.6. 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 UEI. If the offeror does not plan to use subcontractors, they need to respond accordingly. Failure to provide the requested information regarding 13 CFR 125.6 may result in a non-responsive determination. 3) Completed Certificate of Compliance for Services and Construction at 852.219-75 shall be submitted. Failure to complete, sign and submit this certification will automatically result in a non-responsive determination and no further consideration for award. C. Section II Technical. Please note, this section is sent for Technical Evaluation. Do not include pricing. Page limit: 10 pages including any coversheets and table of contents. Certifications are not included in the page count. 1) Quoters are required to provide a list of materials that will be used to meet the requirements described in the SOW. 2) The quoter shall provide past performance narratives, description of work, results of work, showing their prior engagement in a similar size and scope as described in the SOW for three previous projects completed within the last three years. D. Section III Price. No page limit. Please note, this section is not sent to the technical evaluators. Quoters are required to complete the pricing information found in the schedule of the solicitation. Line items shall not be edited. Pricing per unit and total per line are required as well as contract total. II. Evaluation of Quotations The Government intends to issue a single purchase order contract in response to this solicitation. Quotes will be evaluated in accordance with the criteria set forth below. Prospective quoters are encouraged to submit initial quotes that represent the best terms and conditions of the quoter. Quotes will be evaluated for technical acceptability using the submittals requested in the solicitation. The request for quotation shall be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Award will be made to the responsive, responsible quoter who is deemed technically acceptable and provides the lowest price to the government. The period of performance (POP) in the attached schedule is an estimate. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at NCO 4. Questions may be sent via email to Keri Lewis at Keri.Lewis2@va.gov. Questions are due by 1-29-2025 at 1200 PM EST, no questions will be answered after response date and time. No questions regarding the current/past contract will be answered. Those questions shall be addressed to the appropriate FOIA office.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f363807bacc3419fb08b8523a428803d/view)
- Place of Performance
- Address: Department of Veterans Affairs Corporal Michael J. Crescenz VAMC 3900 Woodland Ave, Philadelphia 19104, USA
- Zip Code: 19104
- Country: USA
- Zip Code: 19104
- Record
- SN07323729-F 20250129/250127230105 (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 |