DOCUMENT
J -- ANNUAL MAINTENANCE ON FIRE AND SMOKE DAMPERS SDVOSB SET-ASIDE - Attachment
- Notice Date
- 9/14/2016
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24616Q1500
- Response Due
- 9/21/2016
- Archive Date
- 12/29/2016
- Point of Contact
- DAN DOVE
- E-Mail Address
-
MENT
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICIATION VA246-16-Q-1078 ANNUAL MAINTENANCE ON FIRE AND SMOKE DAMPERS (I)This is a combined synopsis/solicitation for commercial items 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 VA246-16-Q-1500 (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 6-SAO East intends to award a firm-fixed price contract for Annual Maintenance On Fire And Smoke Dampers for the WG Hefner Veterans Affairs Medical Center, 1601 Brenner Ave, Salisbury, NC, 28144. (VI)The North American Industrial Classification System NAICS) Code 561621 is applicable to this acquisition; with a size standard of $20.5 Million. (VII)This procurement is set-aside for Service-Disabled Veteran-Owned Small Business, and all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov, and be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.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)Award will be based on Lowest Price Technically Acceptable. (IX)Questions concerning this solicitation shall be addressed to Dan Dove, Contract Specialist, and emailed to daniel.dove@va.gov. All questions or inquires must be submitted no later than 1:00PM Eastern Standard time on September 20, 2016. No phone calls will be accepted. (X)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price technically acceptable. Quotes are due by 5:00PM Eastern Standard time on September 20, 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 daniel.dove@va.gov. (XI)No telephone inquiries will be accepted. In response, please include the following: a.Company/individual name c.Address d.Point of contact with phone number e.Information describing your interest f.Verification of SDVOSB status g.Indicate FSS/GSA contract number, if applicable h.FSS Category you qualify for, if applicable i.Tax ID number j.DUNS number k.Capabilities statement STATEMENT OF WORK - ANNUAL MAINTENANCE ON FIRE AND SMOKE DAMPERS Any proposals MUST include ALL work to provide a complete and finished product to include (if appropriate but not limited to) all electrical disconnections and reconnections, all cover plates, finish trim, certifications, training, etc. When work is completed with this project, it is expected the Government will be able to take full benefit of the finished product without additional work required. PLACE OF PERFORMANCE: W.G. HEFNER MEDICAL CENTER 1601 BRENNER AVE SALISBURY, NC 28144 PERIOD OF PERFORMANCE: OCTOBER 1, 2016 THRU SEPTEMBER 30, 2017 ELECTRONIC SPECIFICATIONS AND DRAWINGS: There are no drawings or specifications required. SPECIFICATIONS FOR GUARANTEE PERIOD SERVICES: To be performed during normal business hours (8:00 a.m. - 5:00 p.m. Monday thru Friday). CONTRACTOR TRADE: A professional mechanical contractor will bid as prime contractor. TECHNICAL REQUIREMENTS This Statement of Work includes all service and equipment required to perform smoke and fire damper testing and certification throughout the Salisbury VA Medical Center. Per the scope below, the vendor will provide all necessary materials and equipment. ? The following work is necessary to enable FMS to properly manage the HVAC fire and smoke suppression: 1.The contractor will schedule testing with Ron Johnson. 2.Ensure the fire alarm system is in test mode. 3.The contractor must have life safety certifications. 4.Perform test and certification on all smoke and fire dampers coordinated by building. 5.Provide a written certification report. 6.Provide a print out of damper location and type. 7.Provide a list of discrepancies to Ron Johnson for repair. 8.Ensure the fire alarm system has been returned to service when testing is completed for the day. 9.The C & A requirements do not apply and a Security Accreditation Package is not required. 10.This arrangement does not require a BAA. EQUIPMENT LIST 570 dampers - including fusible link, pneumatic, and DDC type dampers. TB & OSHA REQUIREMENTS The Contractor shall comply with the Federal/California OSHA Blood borne Pathogens Standard. The Contractor shall: a)Have methods by which all employees are educated as to risks associated with blood borne pathogens. b)Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens. c)Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract. KEY PERSONNEL Key personnel will be identified in the proposal and shall be considered key personnel essential for the successful completion of the work performed under the contract. The contractor agrees that such personnel shall not be removed, diverted or replaced from the work without prior written approval of the Contracting Officer. The contractor shall submit written notice of proposed personnel changes to the Contracting Officer for approval. WORK HOURS The services covered by this contract shall be furnished by the contractor as defined herein. The contractor shall not be required, except in case of emergency, to furnish such services on a Federal Holiday or during off duty hours as described below. The following terms have the following meanings: (1) Normal working hours: Monday through Friday, 8:00 a.m. - 4:30 p.m., excluding federal holidays. (2) Federal Holidays: The 10 holidays observed by the Federal Government are: New Year's DayMartin Luther King's DayPresident's DayMemorial Day Independence DayLabor DayColumbus DayVeterans Day ThanksgivingChristmas Any other day specifically declared by the President of the United States to be a federal holiday. When one of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. 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 and VAAR Clauses: 52.212-4Contract Terms and Conditions - Commercial Items Addendum to 52.212-4 -52.203-99Prohibition on Contracting With entities That Require Certain Internal Confidentiality Agreements -52.204-18Commercial and Government Entity Code Maintenance -52.219-6Notice of Total Small Business Set-Aside -52.232-40Providing Accelerated Payments to Small Business Subcontractors -852.219-10VA Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside -852.203-70Commercial Advertising -852.232-70Electronic Submission of Payment Requests -852.237.70Contractor Responsibilities 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR and VAAR Solicitation Provisions: 52.212-1Instructions to Offerors - Commercial Items Addendum to 52.212-1 -52.203-98Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-12) (FEB 2015) -52.204-16Commercial and Government Entity Code Reporting -52.204-17Ownership or Control of Offeror 52.212-3Offeror Representations and Certifications - Commercial Items
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24616Q1500/listing.html)
- Document(s)
- Attachment
- File Name: VA246-16-Q-1500 VA246-16-Q-1500_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3002721&FileName=VA246-16-Q-1500-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3002721&FileName=VA246-16-Q-1500-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-16-Q-1500 VA246-16-Q-1500_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3002721&FileName=VA246-16-Q-1500-001.docx)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;WG HEFNER VA MEDICAL CENTER;1601 BRENNER AVENUE;SALISBURY, NC
- Zip Code: 28144
- Zip Code: 28144
- Record
- SN04272163-W 20160916/160914235826-f2fda722502ce7cbbbddb8be5a6a0ca5 (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 |