Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2016 FBO #5229
DOCUMENT

J -- Cold Storage Equipment - Attachment

Notice Date
3/16/2016
 
Notice Type
Attachment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
VA24716Q0418
 
Response Due
3/25/2016
 
Archive Date
5/24/2016
 
Point of Contact
GAIL BARGAINEER
 
E-Mail Address
Gail.Bargaineer2@va.gov
(Gail.Bargaineer2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Service for Research Cold Chamber Retrofit (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA247-16-Q-0418. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 7-SAO EAST intends to award a firm-fixed price service contract for Research Cold Chamber Retrofit. (VI)Located at the Atlanta VA Medical Center, 1670 Clairmont Road, Decatur, GA 30033. (VII)The North American Industrial Classification System (NAICS) code for this procurement is 333415 with a small business size standard of 1,250.00 employees. This procurement is 100% set aside for Service-Disable Veteran-Owned Small Business to and for all eligible offerors may submit quotes. Only businesses verified and listed in the VA's (VIP) Vendor Information Page database will be eligible for award. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VIII)Questions concerning this solicitation shall be addressed to Gail Bargaineer, Contracting Specialist, and emailed to Gail.Bargaineer2@va.gov OR 404-321-6111 ext. 5500. All questions or inquires must be submitted no later than 11:00 AM Eastern Standard time on March 24, 2016. (IX)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets all of the listed requirements of the SOW. Quotes are due by 1:00 PM Eastern Standard time on 25 March 2016. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Gail.Bargaineer2@va.gov. (X)This combined solicitation/synopsis is for the purchase of the following commercial services: CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICEAMOUNT 0001TO PROVIDE SERVICES TO RETROFIT THE COLD BOXES IN RESEARCH A BUILDING. THIS WILL INCLUDE ALL UNITS ON THE 4TH AND 5TH FLOORS OF RESEARCH.1JB$$ STATEMENT OF WORK (SOW) A.GENERAL INFORMATION 1. Title of Project: Research Cold Chamber Retrofit 2. Scope of Work: Provide all services and equipment required to provide retrofit, setup and installation of the cold chambers retrofit in research area floor 4A and 5A. 3. Background: The cold chambers located in the A building which serve the research department are approx. 20 years old and must be replaced. Parts for the current systems are no longer available. With this maintaining the current system will not be possible in the future. There are a total of 5 chambers for retrofit. 4. Performance Period: This shall be firm fixed price to be completed 30 business days after contract is awarded. 5. Type of Contract: This shall be firm fixed price contract. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the Contracting Officer has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, together with associated submilestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. 2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide a project submittal and drawings for review of the work to be preformed for cold chamber retrofit. The contractor shall provide all necessary equipment for the system retrofit. This will include 5 condensers, which is roof mounted. The evaporators located inside the 5 chambers. Systems must be 208v / 3 phase. New units must be 404a. The systems must have the capability of maintaining temperature in a range of +/- 1.0 degree C. No humidity control is necessary. VAMC engineering department shall be responsible for evacuation of the refrigerant from the existing units. The contractor shall be responsible for removal and disposal of the old demoed units. The contractor shall be responsible for resealing the refrigerant pipe chase after the new refrigerant lines are installed. It will be allowable for the contractor to leave the existing refrigerant lines in place provided there is room for the new lines in the pipe chase. There are approx. 700 feet of total line set. The new units shall have the capability to be mapped into the existing building automation system (Tridium). Any necessary hardware and/or software to accomplish this shall be provided by the contractor. Actual connection to the VA network will take place on another project. Task One: The Contractor shall provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. F. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the Contracting Officer, including a firm commitment of when the work shall be completed. This notice to the Contracting Officer shall cite the reasons for the delay, and the impact on the overall project. The Contracting Officer will then review the facts and issue a response in accordance with applicable regulations. G. 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. I. TRAVEL : N/A J. GOVERNMENT RESPONSIBILITIES : N/A K. CONTRACTOR EXPERIENCE REQUIREMENTS Contractor shall have a minimum of 10 years of experience installing controlled environmental chambers. L. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 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. M.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. 1.Position Sensitivity - The position sensitivity has been designated as __Low Risk_ (Insert High Risk, Moderate Risk or Low Risk.) 2.Background Investigation - The level of background investigation commensurate with the required level of access is ____________ Contractor is required to complete Privacy and HIPPA training. Contractor is required to complete Contractor Rules of Behavior. https://www.tms.va.gov/learning/user/login.jsp 3.Contractor Responsibilities A.The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt. B.The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. C.Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. 4.Government Responsibilities A.The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. B.Upon receipt, the VA Office of Security and Law Enforcement will review the completed forms for accuracy and forward the forms to the office of Personnel Management (OPM) to conduct the background investigation. C.The VA Office of Security and Law Enforcement will notify the contracting officer and contractor adjudicating the results of the background investigations received from OMB. D.Upon being notified about a favorable determination, the contracting officer may issue a notice to proceed to the contractor. N.Salient Characteristics: These units must be precise temperature controlled. The 5 units must be mapped to the building automation system (Triduim). Attachment A Schedule of Deliverables Deliverable No. OneItem A detailed work plan and briefing for the VA project team Quantity Delivery Date Within ___ calendar days after award Twoetc. O.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. 5.Position Sensitivity - The position sensitivity has been designated as Low Risk 6.Background Investigation - The level of background investigation commensurate with the required level of access is Minimum Background Investigation 7.Contractor Responsibilities D.The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. E.The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt. F.The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract. G.Failure to comply with contractor personnel security requirements may result in termination of the contract for default. H.The contractor must agree to a background investigation of all personnel who will perform work on VA property. The contractor must agree to complete VA Privacy and Information Security Awareness Training online at www.tms.va.gov. Additionally, the contractor must adhere to and sign the VA Contractor Rules of Behavior (VA Handbook 6500.6, Appendix D). 4. Government Responsibilities a.The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor's employees, after receiving a list of names and addresses. b.Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy, and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. c.The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. P.CONTRACTOR ADMINISTRATION Contract Administration: Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The following individuals will be the Government's points of contact during the performance of this contract: 1. Contract Specialist:Gail Bargaineer (g) Contracting Officer's Technical Representative (COR): To be designated at time of contract award. The COR shall be designated on the authority of the Contracting Officer at the time of contract award to monitor all technical aspects of the contract. In no event is the COR empowered to change any of the terms and conditions of the contract. Changes in any section of this contract shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR's authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify both the Contractor and the Contracting Officer of any deficiencies observed. A memorandum of designation shall be issued to the COR and a copy shall be sent to the Contractor at the time of contract award setting forth in full the responsibilities and limitations of the COR. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (Oct 2015) Offeror shall provide a quote addressing CLIN: 0001. 52.212-2 Evaluation-Commercial Items (Oct 2014) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Certifications and & Representations (NOV 2015) 52.217-5Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representative of Contracting Officers (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2016) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment -52.217-8Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) -52.222-3Convict Labor -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.222-21 Prohibition of Segregated Facilities -52.222-26 Equal Opportunity -52.222-35 Equal Opportunity for Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.222-41 Service Contract Labor Standards -52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/VA24716Q0418/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-Q-0418 VA247-16-Q-0418.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2619772&FileName=VA247-16-Q-0418-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2619772&FileName=VA247-16-Q-0418-000.docx

 
File Name: VA247-16-Q-0418 FBO-DESCRIPTION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2619773&FileName=VA247-16-Q-0418-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2619773&FileName=VA247-16-Q-0418-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VAMC ATLANTA;1670 CLAIRMONT ROAD;DECATUR, GA
Zip Code: 30033
 
Record
SN04052340-W 20160318/160316235112-31442aadbafc2d85fc07d0c08ad18c30 (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.