SOLICITATION NOTICE
J -- Combined synopsis/solicitation for OR Chiller Service and Maintenance
- Notice Date
- 7/21/2010
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25510RQ0393
- Response Due
- 8/10/2010
- Archive Date
- 8/25/2010
- Point of Contact
- David Holden
- E-Mail Address
-
ct
- Small Business Set-Aside
- N/A
- Description
- 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; quotes are being requested. This requirement is being issued under the Simplified Acquisition Procedures as a Request for Quotation (RFQ) VA-255-10-RQ-0393. RFQ VA-255-1-RQ-0393 is issued to Provide Full Service and Preventive Maintenance for two (2) Carrier 30GXN Air Cooled Chillers(Model 30GXN301F-640FX) located in the OR area at Kansas City VAMC, 4801 Linwood Boulevard, Kansas City, Missouri 64128. This requirement shall be completed in accordance with the Statement of Work and Schedule of Services (Attached document). This solicitation document incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-37. The NAICS code is 238220 and the small business size standard is $14M. The government contemplates a firm fixed price contract from this procurement. This requirement shall be completed in accordance with the Statement of Work. Contract Period will be for a one year base period beginning on the date of award with four 1-year option periods. All prospective offers must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted you are only required to submit a signed copy of section (k) of FAR Clause 52.212-3 in place of FAR 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.202-1 Definitions, 52.217-8 Option to extend services, 52.217-9 Option to extend the term of the contract, FAR 52.228 Insurance Work on a Government Installation, 52.232-18 Availability of funds, 52.232-19 Availability of funds for the next fiscal year, FAR 52.237-1 Site Visit FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items, VARR 852.203 Commercial Advertising, VAAR 852.237-70 Contractor Responsibilities, VAAR Security requirements for unclassified information technology resources, VAAR 852.273-76 Electronic Invoice Submission apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.219-8, FAR 52.219-27, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.222-41, FAR 52.222-42 FAR, FAR 52.222-44, FAR 52.222-54, FAR 52.225-1, FAR 52.225-13, FAR 52.232-34. FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) Wage Determination 05-2307 (Rev. 10) Dated 06/15/2010 Attached Solicitation). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: LPTA Technical and past performance, when combined, are equal to price. BASIS OF SELECTION: 1. Responsive and Responsible: This is a low price, technically acceptable negotiated acquisition. A single Offeror will be selected who is deemed responsive and responsible in accordance with the Federal Acquisition Regulation (FAR) 9.104-1, whose offer conforms to the RFQ's requirements and who has acceptable or neutral past performance. 2. Options: The Government will evaluate the submitted offer for selection purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 3. Binding Contract: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the solicitation, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 4. CCR Registration: Offeror must be registered in the Central Contractor Registration (CCR) system. No contract will be entered into with an unregistered contractor. Internet access allows you to register by completing an electronic on-line registration application at www.ccr.gov. Offeror should also fill in their Certifications and Representations online at the following website: Https://ORCA.bpn.gov The following criteria must be met in order to be technically acceptable: The following documentation shall be submitted with pricing in order to be considered responsive: Technical Capability: Provide a written summary verifying the certification/licenses of the proposed contractor's technicians. Training certification from contractor shall be provided with summary. Certificate of training shall be specifically for Carrier chillers and date of training shall be within four years of award of contract. Provide a written summary demonstrating ability to meet response time outlined in the Statement of Work. Provide a written summary on past performances verifying the qualification to conduct the required services: Past Performance: Offeror shall submit the name of the company, telephone number and point of contact for a minimum of 3 recent and relevant contracts that show past performance information on the same type of contract as is proposed here. If the offeror has no past performance information on this type of contract, the offeror shall specifically state that it has no such past performance. The Government reserves the right to obtain past performance information from other sources. The past performance information shall include the following: Name of contracting activity(ies); Contract number(s); Contract type(s); Total contract value(s); Brief statement of contract work performed with contract performance period(s); Name, telephone and fax numbers, and email addresses of the subject contract(s) Contracting Officer(s), Contracting Officer's Representitive(s), and Program Manager(s). Offerors are strongly encouraged to conduct a site visit, prior to sending in a quote to ensure a full and complete understanding of the work involved. Contact the following individuals to arrange a site visit prior to submitting a proposal. James Fultz James (816) 861-4700 ext. 56807 James.Fultz@va.gov Or Alan Beech (816) 922-2359 Alan.Beech@va.gov Offers shall be clearly marked with RFQ referencing number # VA-255-10-RQ-0393 and emailed to the Point of Contact Listed below or sent by facsimile to 913-758-6495 no later than then August 10, 2010 at 12:00 a.m. Central Standard Time (CST). The point of contact for this procurement is David P. Holden, Contracting Specialist, Department of Veterans Affairs VA Heartland Network 15, Contracting Office 4101 S 4th Street Trafficway Leavenworth, KS 66048-5055 Email: david.holden@va.gov Phone: 913-758-4281, Fax # 913-758-6495.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25510RQ0393/listing.html)
- Place of Performance
- Address: Kansas City VAMC;4801 Linwood Boulevard;Kansas City Missouri
- Zip Code: 64128
- Zip Code: 64128
- Record
- SN02213457-W 20100723/100721235634-127f544d18d4c03c8ae217367f440547 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |