DOCUMENT
N -- Provide and Install Fan Coil Units - Attachment
- Notice Date
- 8/26/2015
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- Solicitation Number
- VA24415Q1330
- Response Due
- 9/7/2015
- Archive Date
- 10/7/2015
- Point of Contact
- Anthony Zibolski
- E-Mail Address
-
y.zibolski@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- 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 VA 244-15-Q-1330. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-83 effective July 2, 2015 and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This Solicitation is set-aside 100% Service Disabled Veteran Owned Small Business (SDVOSB). The NAICS Code is 238220, and the set-aside size standard is $15.0 million. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and listed in the Vendor Information Pages (VIP) database (http://www.vetbiz.gov) upon submission of quote. The Coatesville Veterans Administration Medical Center (VAMC), located at 1400 Blackhorse Hill Road, Coatesville, PA 19320, has a requirement for a contractor to provide all labor, equipment, tools, materials, parts, supplies, and supervision necessary to perform installation of five (5) frozen fan coil units in various building at the Coatesville VAMC. All work shall be completed in accordance with the Statement of Work (SOW). The SOW is included as Attachment 1 to this solicitation. The Period of Performance will be 60 days after award of contract. Offerors are requested to quote Firm Fixed Prices for all of the line items on the Schedule of Supplies and Services attached to this solicitation. Service Contract Act Wage Determination No. 2005-2499, Revision No. 16 dated 07/08/2015 applies to this acquisition and will be incorporated into the resulting Purchase Order. A copy of the Wage Determination is included with this solicitation as Attachment 2. 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 IAW FAR 52.212-(k). 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, Lebanon, PA. Questions may be sent via email to Mr. Anthony Zibolski at Anthony.zibolski@va.gov. ? The following FAR and Veterans Affairs Acquisition Regulation (VAAR) apply to this acquisition: 52.212-1 -- Instructions to Offerors -- Commercial Items (April 2014): Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. Addenda to 52.212-1: paragraph (c) period for acceptance of offers, delete "30 calendar days" and insert "60 calendar days" in its place. Addenda to 52.212-1; the following provisions apply and are incorporated by full text: 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. (End of Provision) OFFER SUBMISSION INSTRUCTIONS- Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1.Quotations may be submitted in contractor format and shall include: (1)Company name, address, telephone number, email address, and FAX Number. (2)Solicitation number. (3)Unit Price for all CLINS (4)Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (5)Signed acknowledgement of amendments (applicable only if any amendments are issued against this solicitation. (6)Information required by paragraph 12 of the Statement of Work, such as EPA Refrigerant Certification and Welding Certification from accredited institution. (7)Past Performance from three (3) sources which clearly indicates the offeror has satisfactorily performed similar scope of work commercially or for the Government within the past three (3) years. 2.Contractors are required to include a copy of the FAR provision 52.212-3 -Offeror Representations and Certifications -Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://sam.gov. Failure to include the certifications along with the price proposal or complete certifications on the internet may result in elimination from consideration for award. 13.106-2 -- Evaluation of Quotations or Offers: The Government intends to award one purchase order as a result of this Request for Quote to the responsible offeror whose offer conforms to the solicitation requirements. Quotes shall be evaluated for acceptability only and shall not be rated. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. Award will be based on the total overall lowest price quoted. Any offeror whose quote has been determined technically acceptable will then have its quote evaluated for lowest price. The following criteria shall be used to establish technical acceptability: 1.Submittal of acceptable certifications required in paragraph 1.1 D and E. 2.Past Performance Information, to include: a.Contractor name b.Name of customer/agency c.Contract/Purchase Order Number d.Customer Point of Contact (provide name, telephone number, and email address) e.Length of contract/period of performance (dates) f.Dollar Amount of Contract (initial and final price) g.A narrative synopsis that describes the specific nature of the work; similarities with the proposed work; and relative experience gained. The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contracts, government systems, and other government agencies. 52.212-4 -- Contract Terms and Conditions -- Commercial Items (May 2015) Addenda to 52.212-4; the following clauses apply and are incorporated in full text: ? 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://farsite.hill.af.mil (End Clause) 852.203-70 Commercial advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009). (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) ? 852.232-72 Electronic submission of payment requests (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) 852.237-70 Contractor responsibilities (APR 1984). The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [ ]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) 852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. (End of Provision) ? 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2015) In paragraph (a) the following clauses apply: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) In paragraph (b) the following clauses apply: 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor (JUNE 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (APR 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) Under paragraph (c) the following clauses apply: 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) This statement is for INFORMATION ONLY; it is NOT a Wage Determination: Employee ClassMonetary Wage-Fringe Benefits Air -Conditioning Equipment$22.32 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) All clauses under paragraph (d) and (e) apply (End of Clause) ? Offerors responding to this announcement shall submit their quotations via email to Anthony Zibolski at anthony.zibolski@va.gov. All quotes must be received by Monday, September 7th, 2015 at 2:00 PM EST to be considered for award. An organized SITE VISIT has been scheduled for Wednesday, September 2nd at 10:00 AM EST for any contractors that are interested in viewing areas of performance regarding this requirement. Participants will meet at Building 70 Engineering Office. Only one (1) site visit will be scheduled for this solicitation. Registration for this site visit is required. In order to register for this site visit please send name of company and the names of attendees to Anthony Zibolski at anthony.zibolski@va.gov. Contractors are advised that no questions concerning this solicitation will be answered at the site visit. Instead, contractors must submit any and all questions concerning this solicitation in writing to Anthony Zibolski at anthony.zibolski@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24415Q1330/listing.html)
- Document(s)
- Attachment
- File Name: VA244-15-Q-1330 VA244-15-Q-1330.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2277949&FileName=VA244-15-Q-1330-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2277949&FileName=VA244-15-Q-1330-000.docx
- File Name: VA244-15-Q-1330 P09 Final SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2277950&FileName=VA244-15-Q-1330-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2277950&FileName=VA244-15-Q-1330-001.docx
- File Name: VA244-15-Q-1330 schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2277951&FileName=VA244-15-Q-1330-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2277951&FileName=VA244-15-Q-1330-002.docx
- File Name: VA244-15-Q-1330 P07 Wage Determination 2005-2499.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2277952&FileName=VA244-15-Q-1330-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2277952&FileName=VA244-15-Q-1330-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-15-Q-1330 VA244-15-Q-1330.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2277949&FileName=VA244-15-Q-1330-000.docx)
- Place of Performance
- Address: Coatesville VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA
- Zip Code: 19320
- Zip Code: 19320
- Record
- SN03857897-W 20150828/150827000754-8f52a4db29c60b1f8dd9320b68f38fa9 (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 |