Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
DOCUMENT

71 -- Space Saver High Density File System Removal. Contract POC is Kris Rodysill. - Attachment

Notice Date
8/31/2015
 
Notice Type
Attachment
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Central Area Contracting;5400 W. National Avenue;Milwaukee WI 53214
 
ZIP Code
53214
 
Solicitation Number
VA101V15Q0727
 
Response Due
9/15/2015
 
Archive Date
10/15/2015
 
Point of Contact
Eural Bennett
 
E-Mail Address
2-5712<br
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION i.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; proposals are being requested and a written solicitation will not be issued. ii.VA101V-15-Q-0727 iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53 iv.The solicitation is set aside for small business concerns only. The applicable NAIC Code for this solicitation is 493190, and the Small Business Size limitation is 27.5 Million. v.The contractor shall provide all materials, parts, supplies, services, labor, transportation, facilities and supervision necessary to dismantle and remove Space Saver High Density Mobile Storage (HDMS) System. CLIN 0001: Dismantle/Remove Space Saver High Density File System: 1, Unit of Issue: JB vi.Description of Requirement: The contractor shall provide all materials, parts, supplies, services, labor, transportation, facilities and supervision to necessary to dismantle and remove Space Saver High Density Mobile Storage (HDMS) System. Work to be performed will include removing the Space Saver high density mobile storage system at the Department of Veterans Affairs, VA Regional Office located in Lincoln, NE. 68516. There are 14 shelving units which are approximately 30 feet long. The system rails will remain intact. vii. The exact disposition of the storage material removed shall be verified by VA Management before removal of the system begins. Viii. The storage system rails will remain intact. viii. Selected Contractor shall be trained on Installation/removal of the Space Saver High Density Mobile Storage Systems. The selected contractor must be insured, and leave the room clean and ready for use. 1.Performance Period: The contractor shall complete the work required under this SOW within 30 calendar days or less from receipt of the order, unless otherwise directed by the Contracting Officer. 2.Type of Contract: The government contemplates award of a firm fixed-price contract for the work to be performed under this Statement of Work. 3.Holidays: The contractor will not be required to perform any work for the government on any of the following federal holidays: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. 4.McNamara-O'Hara Service Contract Act Wage Determination: This contract incorporates the wages and fringe benefits of the following wage determinations Wage DeterminationOccupation Wage (Including Fringe Benefits) 97-0248, Revision 30Material Handling Laborer$14.13 Truck Driver, Medium $15.92 The contractor shall pay each employee that performs work under this contract at least the wages and fringe benefits indicated on the Wage Determination and the table above. The Government may require submission of payrolls, conduct labor interviews, or perform other investigations to determine that clients are receiving the wages and fringe benefits required under this contract. 5.Superintendence: The contractor shall, at all times and while work is being performed under this contractor, provide supervision and superintendence of workers under this contract. The contractor shall also provide superintendence of all prime and subcontractor work performed, regardless of whether or not the subcontractor is providing his or her own superintendence. 6.Changes To Statement of Work Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 7.Confidentiality and Non-Disclosure 1.The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order. 2.The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. 3.Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. 8.Contract Security Requirements The C&A requirements do not apply to this contract. A security accreditation package is not required. Contractor personnel will be escorted at all times by Department of Veterans Affairs personnel while performing any work in the Lincoln Regional Office. vii.Period of Performance: 30 Days After Receipt of Order FOB Point: Department Of Veterans Affairs Lincoln Regional Office 3800 Village Drive Lincoln NE 68516 viii.FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: IL 001AL-11-15-B Subcontracting Commitments-Monitoring and Compliance (JUN 2011) 52.203-99DEV Prohibition on Contracting with Entities That Require Certain Internal Confidentially Agreements (FEB 2015) 52.252-1Solicitation Provisions Incorporated By Reference (FEB 1998) 52.216-1Type of Contract (APR 1984) 52.232-38Submission of Electronic Funds Transfer Information With Offer (JUL 2013) 52.233-2Service of Protest (SEP 2006) VAAR 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852-233-71Alternative Protest Procedure (MAY 2010) VAAR 852.270-1Representatives of Contracting Officers (JAN 2008) VAAR 852.273-74Award Without Exchanges (JAN 2003) ix.FAR 52.212-2, Evaluation - Commercial Items, applies to this solicitation. Offers will be evaluated on Technical Qualification, Past Performance, and price. Technical and past performance when combined, are more important than price. One award will be made to the responsible offeror who meets all technical qualifications, has satisfactory past performance, and results in the lowest price offering the best value to the Government. The Government will evaluate offers submitted in response to this solicitation on technical and price evaluation criteria set forth herein. In addition, the Government will give special consideration to SDVOB and VOSB offerors in the form of a price evaluation preference as set forth below. Technical Qualifications: Technical capability will be based on the contractor's ability to best meet the needs of the government and the terms and conditions of the Statement of Work. Technical acceptability will be determined by the requiring activity and the technical evaluation shall be on a pass or fail basis. Past Performance: The offeror must submit no less than two and no more than three customer references for work performed that is revenant and similar in scope to this requirement. Include reference names, telephone numbers, email address and a brief description of the work performed. No price information shall be included. Satisfactory past performance will be determined by Contracting Officer (CO) on a satisfactory/unsatisfactory basis. Past Performance acceptability will be determined by the requiring activity and the past performance evaluation shall be on a pass or fail basis. Price: The Contracting Officer may require an offeror to provide additional information to establish the reasonableness of any price proposed. Price must reflect Firm Fixed Pricing. As stated in VAAR Clause 852.215-70, extra credit will be given to properly registered SDVOSB/VOSB's. (1)A qualifying SDVOSB's Evaluated Price will be set at 10% less than their quoted price. (2)A qualifying VOSB's Evaluated Price will be set at 5% less than their quoted price. (3) All other Technically Acceptable Quotes will have Evaluated Prices equal to their quoted price. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.228-5Insurance - Work on a Government Installation (JAN 1997) (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 52.232.35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (JUL 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.215-70Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) VAAR 852.215-71Evaluation Factor Commitments (DEC 2009) xii.52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (1)52.203-6Restrictions on Subcontractor Sales to the Government (SEP 2006) (2) 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (FEB 2015) (3) 52.204-10Reporting Executive Compensation & First Tier Subcontract Awards (JUL 2013) (4) 52.209-5DEV Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under any Federal Law (MAR 2012) (5)52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (6) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (DEC 2014) (7)52.219-6Notice of Total Small Business Set-Aside (NOV 2011) (8)52.219-8Utilization of Small Business Concerns (OCT 2014) (9)52.219-14Limitations on Subcontracting (NOV 2011) (10)52.219-28Post-Award Small Business Program Representation (JUL 2013) (11)52.222-19Child Labor - Cooperation with Authorities and Remedies (JAN 2014) (12)52.222-21Prohibition of Segregated Facilities (APR 2015) (13)52.222-26Equal Opportunity (APR 2015) (14)52.222-35Equal Opportunity for Veterans (JUL 2014) (15)52.222-36Affirmative Action for Workers with Disabilities (JUL 2014) (16)52.222-37Employment Reports on Veterans (JUL 2014) (17)52.222-40Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (18)52.222-54Employment Eligibility Verification (AUG 2013) (19)52.223-18Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (20)52.225-1Buy American Act - Supplies (MAY 2014) (21)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (22) 52.232-40 Providing Accelerated Payment to Small Business Subcontracting (DEC 2013) (23)52.232-34Payment by Electronic Funds Transfer - Other than Central Contractor Registry (JUL 2013) Paragraph c clauses applicable: (1)52.222-41Service Contract Act of 1965 (MAY 2014) (2)52.222-42Statement of Equivalent Rates for Federal Hires (May 2014) This solicitation incorporates Wage Determination 97-0248, Revision 30 for Lincoln, NE. The class of employee that is anticipated to be used is Moving & Storage. (3)52.222-44Fair Labor Standards Act and Service Contract Act-Price Adjustment (MAY 2014) xiii.N/A xiv.N/A xv.Offers are due not later than September 15, 2015 by 8:00AM Central Time. Offers may be submitted electronically to eural.bennett1@va.gov. xvi.For additional information, please contact the Contracting Officer, Eural Bennett at (414) 902-5712, or by e-mail to eural.bennett1@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V15Q0727/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-15-Q-0727 VA101V-15-Q-0727_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2289252&FileName=VA101V-15-Q-0727-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2289252&FileName=VA101V-15-Q-0727-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03863785-W 20150902/150831235541-ccb0a687fb4866f7f2a58c387d7d51be (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.