Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2013 FBO #4113
DOCUMENT

R -- mapping of plumbing - Attachment

Notice Date
2/25/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90A);1010 Delafield Road;Pittsburgh PA 15215-1802
 
ZIP Code
15215-1802
 
Solicitation Number
VA24413R0471
 
Response Due
3/11/2013
 
Archive Date
3/12/2013
 
Point of Contact
Elaine F DiBucci
 
E-Mail Address
822-3779<br
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This Request for Proposal (RFP) will also use the procedures under FAR Part 13. In accordance with 13.106-2, the contracting officer may take into consideration information such as the contracting officer's knowledge of and previous experience with the services being acquired or other reasonable basis. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The reference/solicitation number is VA244-13-R-0471 and the solicitation is issued as a Request for Proposals (RFP). The combined synopsis/solicitation will result in a contract to the successful offeror. In this RFP, the use of the word Bidder and Offeror are used interchangeably. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-65 effective January 29, 2013. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations (VAAR) Supplement can be accessed on the Internet at http://www.arnet.gov/far (FAR) and the (VAAR) (Federal Acquisition Circular) 4. This requirement is for Plumbing Mapping Services to identify dead legs, perform estimation for dead leg removal and create a full set of plumbing as-built drawings for the Department of Veterans Affairs VA Pittsburgh Healthcare System. This requirement is not for the removal of dead legs. 5. This requirement is not a set-aside, but is utilizing the cascading approach (see Socio-Economic Status, Page 3). Applicable NAICS Code is 541330. Size Standard is $14 million. 6. Period of Performance: This requirement shall be for a period of performance of 150 days from the date of award. Estimated period of performance: April 1, 2013 thru October 1, 2013 7. Place of Performance: Pittsburgh - UDVA Pittsburgh - UD University Drive Pittsburgh, PA 15240 Pittsburgh- HZVA Pittsburgh - HZ 1010 Delafield Road Pittsburgh, PA 15215 8. Site Visit: A site visit will be held at 10:00 AM on March 4, 2013 at the following address: VA Pittsburgh Healthcare System University Drive Facility - Engineering Suite Building 1 - Ground Floor RM AN-225 University Drive C Pittsburgh PA 15240 9. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation --Instructions to Offerors - Evaluation Factors-- All questions and inquiries about this solicitation must be submitted in writing via email to elaine.dibucci@va.gov on or before March 5, 2013 by 4:00 PM. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. Offerors must submit all proposals electronically by email to elaine.dibucci@va.gov on or before the proposal due date of March 11, 2013 at 11:00 AM. No hardcopy proposals will be accepted, and late offers will not be accepted. Offeror must submit a price proposal as a separate document. Offeror shall provide a narrative to address each Evaluation Factor. Offerors must present clear evidence of ability to meet or exceed all requirements of this acquisition. Offeror must clearly identify their DUNS# on their proposal. Evaluation will be based on Technical, Past Performance and Cost Factors. Technical and past performances, when combined, are more important than Cost. Evaluation Factors A. Technical 1.Proposal Submission "The proposal must detail the Offeror's technical approach for fulfilling the requirements and adequately address all aspects of the Statement of Work and deliverables. Offerors must display adequate understanding of the Governments requirement and the nature of the work to be performed under the prospective contract. "The proposal must demonstrate the Offeror's understanding of the nature of the work to be performed, under the prospective contract. 2.Estimating Effectiveness "The proposal must demonstrate that the Offeror's capabilities will enable them to meet Government requirements "The proposal will be assessed to determine if the Offeror's proposals presents any risks that could potentially lead to the Offeror's poor performance and could jeopardize the success of the contract. 3.Staffing "The proposal must address the Offeror's organization and technical team of staff, partners, consultants, and sub-bidders to perform the work B.Price Offeror must submit a price proposal as a separate document. Offeror shall submit price proposal to include a breakdown to provide sufficient information for the Government to determine fair and reasonable pricing. C.Past Performance Proposal must list up to five contracts of similar type, scope, size and complexity that are ongoing, or have been completed within the past five years. The following information shall be provided for each contract. oName and address of the contracting activity oName and telephone number of contact person oDates of contract performance (beginning and ending) oTotal dollar value of contract oBrief description of the project, scope and services offered Note: Please advise your references to expect contact from VAPHS personnel regarding customer satisfaction with your products and services and your compliance with and fulfillment of the requirements of previous contracts. Information utilized in past performance evaluation will be obtained from the references provided by the Bidder, and may also be obtained from other sources such as customers known to the Government, others who may have useful and relevant information, and Government databases. SOCIO-ECONOMIC STATUS - The Offeror shall provide the following information: "Socio-economic status of prime contractor "List name of any sub-contractor and socio-economic status. 10. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price 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: Price, Technical and Past Performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Evaluation will be performed as follows: "PRICE: The price proposal must be submitted as a separate document and provide sufficient information for the Government to determine fair and reasonable pricing. "TECHNICAL: The proposal must adequately address all aspects of the Statement of Work items and deliverables. Offerors must display adequate understanding of the requirement. "PAST PERFORMANCE: Proposal shall be evaluated based on submission of the required number of previous contracts demonstrating past performance. Offerors not able to submit the minimum number of previous contracts will be given a neutral rating. Interviews with previous customers may or may not be conducted. SOCIO-ECONOMIC STATUS CASCADE SET-ASIDE AWARD PROCEDURES: Recognizing VA's commitment to the Service Disabled Veteran Owned Business (SDVOSB) and the small business community, this solicitation will be cascaded to ensure that SDVOSB and small businesses are given every opportunity to participate under this procurement. The order set-aside preference will be: (1) Small Disabled Veteran Owned Businesses (SDVOSB) (2) Small Businesses (SB) and (3) Full and Open Competition (small and large businesses). If only one responsive offer is received from any designated set-aside category, the offer will be held for evaluation within their next eligible category. 1.In accordance with Federal Acquisition Regulation (FAR) Subpart 19.5, any award for plumbing mapping, resulting from this solicitation, will be made on a competitive basis to eligible, verified, service disabled veteran owned small business (SDVOSB) concerns, provided that a minimum of two (2) competitive offers (technical and cost) are received from such concerns. Any award for Plumbing Mapping, resulting from this solicitation, will be made on a competitive basis to an eligible SDVOSB concern, provided that adequate competition from SDVOSB exists. For purposes of this solicitation, "adequate competition" is defined as: "A minimum of two (2) competitive (technical, past performance and price) offers are received from qualified SDVOSB concerns. 2. If a minimum of two (2) offers from eligible SDVOSB are not received, the award for the services/supplies specified within the solicitation will be made to a veteran-owned small business (VOSB) in accordance with VAAR 819.7006, provided that a minimum of two (2) competitive (technical and cost) offers are received from qualified small business concerns. If a minimum of two (2) offers from qualified VOSB are not received, award for services/supplies specified within the solicitation will be made to a qualified 8(a), HUBZone, or woman-owned small business in accordance with FAR 19.8 and 19.13. These three programs have equal parity according to SBA. 3If a minimum of two (2) offers from qualified small business concerns are not received for the services/supplies specified within the solicitation, the award will be made on the basis of full and open competition from among all responsible businesses submitting offers. Based on Cascading Set-Aside, identified below are the clauses that will apply to the various set-asides and full and open competition. The following list of clauses is not all inclusive: a. Small Business. (i) 52.219-6, Notice of Total Small Business Set-Aside. (ii) 52.219-14, Limitation on Subcontracting. b. Full and Open Competition. (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concern. (ii) 52.219-9, Small Business Subcontracting Plan. Offerors must complete Attachment A, Screening Information for Cascading Set-Aside (attachment) and attach it to the outside of the business proposal to be considered responsive to this solicitation. This attachment provides information necessary for implementation of the Cascading Set-Aside. 11. 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 offer, 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. 12. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its proposal (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application at www.sam.gov and reference it in your proposal. ? 12. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 13. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b. of FAR 52.212.5 are considered checked and are applicable to this acquisition: FAR NumberTitle 52.203-6RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT 52.219-6NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.219-14LIMITATIONS ON SUBCONTRACTING 52.222-3CONVICT LABOR 52.222-21PROHIBITION OF SEGREGATED FACILITIES 52.222-26EQUAL OPPORTUNITY 52.222-35EQUAL OPPORTUNITY FOR VETERANS 52.222-36AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.222-37EMPLOYMENT REPORTS ON VETERANS 52.222-42STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES 52.225-13RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-34PAYMENT BY ELECTRONIC FUNDS TRANSFER-- OTHER THAN CENTRAL CONTRACTOR REGISTRATION 52.233-3PROTEST AFTER AWARD 52.233-4APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class: 30085 - Engineering Technician V,, Monetary Wage: 30.31/Hr, Fringe: H&W 3.59/Hr Wage Determination No.: 2005-2485, Revision No.: 10, Date Of Revision: 06/13/2011 available at www.dol.gov Other Applicable Clauses/Provisions: FAR NumberTitle 52.202-1DEFINITIONS 52.203-2CERTIFICATE OF INDEPENDENT PRICE DETERMINATION 52.203-10PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY 52.203-11CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS 52.203-12LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS 52.203-3GRATUITIES 52.203-5COVENANT AGAINST CONTINGENT FEES 52.203-7ANTI-KICKBACK PROCEDURES 52.203-8CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY 52.204-10REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS 52.204-12DATA UNIVERSAL NUMBERING SYSTEM NUMBER MAINTENANCE 52.204-3TAXPAYER IDENTIFICATION 52.204-4PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER 52.204-6DATA UNIVERSAL NUMBERING SYSTEM NUMBER 52.204-8ANNUAL REPRESENTATIONS AND CERTIFICATIONS 52.209-5REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) 52.209-6PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.215-1INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION 52.215-2AUDIT AND RECORDS--NEGOTIATION ALTERNATE III (JUNE 1999) 52.215-8ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT 52.216-1TYPE OF CONTRACT 52.219-1SMALL BUSINESS PROGRAM REPRESENTATIONS 52.222-40NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT 52.222-50COMBATING TRAFFICKING IN PERSONS 52.222-54EMPLOYMENT ELIGIBILITY VERIFICATION 52.223-18ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.223-5POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION 52.223-6DRUG-FREE WORKPLACE 52.225-20PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDAN 52.225-25PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONS 52.228-5INSURANCE--WORK ON A GOVERNMENT INSTALLATION 52.229-3FEDERAL, STATE, AND LOCAL TAXES 52.232-1PAYMENTS 52.232-11EXTRAS 52.232-17INTEREST 52.232-25PROMPT PAYMENT 52.232-8DISCOUNTS FOR PROMPT PAYMENT 52.233-1DISPUTES ALTERNATE I (DEC 1991) 52.233-2SERVICE OF PROTEST 52.236-10OPERATIONS AND STORAGE AREAS 52.236-9PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS 52.237-1SITE VISIT 52.237-2PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION 52.242-13BANKRUPTCY 52.242-15STOP-WORK ORDER 52.242-2PRODUCTION PROGRESS REPORTS 52.243-1CHANGES--FIXED PRICE ALTERNATE I (APR 1984) 52.244-6SUBCONTRACTS FOR COMMERCIAL ITEMS 52.246-25LIMITATION OF LIABILITY--SERVICES 52.246-4INSPECTION OF SERVICES--FIXED-PRICE 52.248-1VALUE ENGINEERING 52.249-4TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (SERVICES) (SHORT FORM) 52.249-8DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) 52.253-1COMPUTER GENERATED FORMS 852.203-70COMMERCIAL ADVERTISING 852.215-71EVALUATION FACTOR COMMITMENTS 852.233-70PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION 852.233-71ALTERNATE PROTEST PROCEDURE 852.237-70CONTRACTOR RESPONSIBILITIES 14. To be awarded this contract, the offeror must be registered in www.sam.gov.. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. There are no applicable Numbered Notes that apply. Attachments: 1) Statement of Work 3) Wage Determination 3) Site Information 4) Attachment A, Screening Information for Cascading Set-Aside
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24413R0471/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-13-R-0471 VA244-13-R-0471_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633281&FileName=VA244-13-R-0471-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633281&FileName=VA244-13-R-0471-000.docx

 
File Name: VA244-13-R-0471 shutoff valve locations 1.zip (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633282&FileName=VA244-13-R-0471-001.zip)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633282&FileName=VA244-13-R-0471-001.zip

 
File Name: VA244-13-R-0471 shutoff valve locations 2.zip (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633283&FileName=VA244-13-R-0471-002.zip)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633283&FileName=VA244-13-R-0471-002.zip

 
File Name: VA244-13-R-0471 Site Plumbing, schedules, _ details - 2.zip (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633285&FileName=VA244-13-R-0471-003.zip)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633285&FileName=VA244-13-R-0471-003.zip

 
File Name: VA244-13-R-0471 Site Plumbing, schedules, _ details - 1.zip (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633286&FileName=VA244-13-R-0471-004.zip)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633286&FileName=VA244-13-R-0471-004.zip

 
File Name: VA244-13-R-0471 ud Bldg 1.zip (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633287&FileName=VA244-13-R-0471-005.zip)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633287&FileName=VA244-13-R-0471-005.zip

 
File Name: VA244-13-R-0471 ud Bldg 6.zip (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633288&FileName=VA244-13-R-0471-006.zip)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633288&FileName=VA244-13-R-0471-006.zip

 
File Name: VA244-13-R-0471 ud Bldg 29.zip (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633289&FileName=VA244-13-R-0471-007.zip)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=633289&FileName=VA244-13-R-0471-007.zip

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02995476-W 20130227/130225234640-326fb91578c111b5b4fa873c51f40955 (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 |
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.