Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2025 SAM #8482
SOLICITATION NOTICE

H -- 238310 | Fire and Smoke Barrier Inspections and Repairs | Lebanon VA Medical Center

Notice Date
2/14/2025 10:22:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0331
 
Response Due
3/18/2025 12:00:00 PM
 
Archive Date
04/17/2025
 
Point of Contact
Eric Christy, Contract Specialist, Phone: Email Only
 
E-Mail Address
Eric.Christy@va.gov
(Eric.Christy@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 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 36C24425Q0331. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-03 effective January 17th, 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 total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. The NAICS Code is 238310, and the Product Service Code (PSC) is H912 with a business size standard of $19 million. The NCO4 Contracting Office is seeking to obtain ongoing fire barrier inspections and repairs at the Lebanon VA Medical Center in accordance with the statement of work. Service Contract Act Wage Determinations applies to this acquisition and will be incorporated into the resulting contract. The current Wage Determination, 2015-4231 Rev27 dated 12/23/2024, is included with this solicitation as an attachment. 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. The offeror is responsible for any quote preparation and/or submission costs. 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. Offerors 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 Eric Christy at Eric.Christy@va.gov. No questions will be answered after the question submission deadline: March 5th, 2025, at 3:00PM Eastern Time. A site visit is planned at the Lebanon VA Medical Center located at 1700 South Lincoln Avenue, Lebanon, PA 17042 on Wednesday, February 26th, 2025, at 9:00 AM Eastern. Any offerors interested in attending the site visit must register by sending an email requesting attendance to Eric Christy at Eric.Christy@va.gov before Monday, February 24th, 2024, at 9:00 AM Eastern. Any offerors who do not register for the site visit before the deadline may be excluded from attendance. Site visit attendance instructions will be provided to all registered vendors. Attending the site visit is not mandatory or required to be eligible for submitting a quote. I. Quote Submission Instructions: A. Failure to follow the instructions below may result in elimination from award consideration or a non-compliant determination. Quotes shall be submitted through email only. Multiple emails are allowable if necessary due to document size limitations. 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). 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-compliant and not evaluated. B. Section I Administrative/Regulatory. Page limit: None. 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. The offeror shall include a narrative regarding subcontractors and a detailed description of how the offeror plans to adhere to the requirements of VAAR 852.219-75. 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 VAAR 852.219-75 may result in a non-compliant determination. Quoters must include the solicitation number; The deadline specified in the solicitation for receipt of offers; The name, address, and telephone number of the offeror; The SAM Unique Entity Identifier (UEI); and include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. The offeror shall submit any completed fill-ins from the solicitation in this section as they may apply, including FAR 52.212-3 paragraph (b) and acknowledging any amendments. The Certificate of Compliance for Services and Construction at VAAR 852.219-75 shall be completed and submitted in this section. Failure to completed, sign, and submit this certification will result in a non-compliant determination and removal from award consideration. C. Section II Technical. Page limit: 10 pages including any coversheets and table of contents. The offeror shall submit a narrative demonstrating a clear understanding of the services required, and describing the process the offeror proposes to perform the services outlined in the SOW. This narrative shall not be a direct copy of the SOW. The offeror shall acknowledge the fire stop material specifications found in Section 3.2 of the SOW. D. Section III Past Performance. Page Limit: 4 pages including any coversheets. The offeror shall submit a past performance narrative of up to three commercial projects completed within the last three years which are similar in size and scope to the services outlined in this solicitation. Include a description of work, the results of work, and the dollar value of each project. The offeror may have the Past/Present Performance Questionnaire (Attachment B) completed and submitted by the Program Manager/Responsible Official for any past or present government contracts. The Program Manager/Responsible Official shall submit Attachment B via email to Eric.Christy@va.gov. In the case that an offeror does not have a record of relevant past performance, or if information on past performance is not available, the offeror will include a statement indicating so in this section. E. Section IV Price. No page limit. Please note, this section is not sent to the technical evaluators. Offerors 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. Offerors are required to include hourly rates for additional repairs/services in accordance with Section 4 of the SOW as outlined in line items 0002, 1002, 2002, 3002, and 4002. II. Evaluation of Quotations Quotes will be evaluated in accordance with the criteria set forth below. The Government may, at its discretion and in its best interest, make award without conducting discussions with offerors. Therefore, prospective offerors are encouraged to submit initial quotes that represent the best terms and conditions of the offeror. Quotes will be comparatively evaluated in accordance with FAR 13.106-2(b)(3). Quotes will be reviewed for completeness and for compliance with the solicitation before the comparative evaluation analysis. Only complete quotes in compliance with the solicitation will be comparatively evaluated based on the following sections of each quote s submittals: Technical, Past Performance, and Price. Any offeror without a record of relevant past performance will not be evaluated favorably or unfavorably in that portion of the evaluation. Comparative Evaluation Process: Quotes will be directly compared with another in a uniform and fair manner to determine which quote provides the government the best value in terms of Technical, Past Performance, and Price. Quotes will be evaluated in no preference or order. After evaluating two quotes side by side and determining one to provide the best value, it will then be compared side by side with the next quote until all complete and compliant quotes have been evaluated and one quote is determined to provide the best value to the government. Award will be made to the responsible offeror who provides the best value to the government at a price which can be determined as reasonable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/651dddb1bc124bc1baf7afcdcb333a02/view)
 
Place of Performance
Address: Department of Veterans Affairs Lebanon VA Medical Center 1700 South Lincoln Avenue, Lebanon 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN07343573-F 20250216/250214230027 (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.