Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
DOCUMENT

N -- Provide and Install Infrared Elevator Door Detection Edges - Attachment

Notice Date
12/12/2016
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veteran Affairs;115 S 84th Street, Suite 101; WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D17Q0277
 
Response Due
12/26/2016
 
Archive Date
4/4/2017
 
Point of Contact
Kevin Adkins
 
E-Mail Address
4-4544<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The NAICS code is 238290, with a size standard of $15.0 million. This is being conducted as a Total Small Business Set aside. This requirement is being solicited in accordance with FAR Parts 12 and 13. STATEMENT OF WORK I. Scope of work: The vendor shall provide all labor, material, supplies and equipment, to remove and replace existing elevator door edge safety devices with 3D Infrared door detection edges on five (5) elevators located at the VA IIliana Healthcare Systems campus at 1900 East Main Street, Danville, II 61832. The equipment standard for technical acceptability for the door edges shall be the Pana40 Plus 3D from Janus Elevator Products. All products proposed must equal the performance capability of this model. A. Services to be provided: 1. Provide and install new state of the art 3D infrared door detection edges with LED door directional indicators and audible alarms on each of the elevators listed below a. Building 98 El b. Building 98 E2 c. Building 58 El (2 doors, front and back) d. Building 58 E2 e. Building 14 2. 3D Door edge sensing device to actually sense passenger approach and reopen door to prevent entrapment. 3. The new edge sensing device will display green LED's when it is safe to enter and will change to red as the doors prepare to close further enhancing passenger safety. 4. An audible annunciator will be provided announcing pending door closure which will further enhance patient safety. II. DELIVERY OF SERVICES Material is to be procured and installation coordinated and scheduled as soon as possible after award. Prior to work commencing, direct coordination with VAIHCS Engineering is required. No more than one (1) elevator may be removed from service at a time in order to minimize impact on patient access to care. Point of contact is James Blanding at (217) 554-5992, alternate is Carl Wise at (217) 554-5886 BASIS FOR CONTRACT AWARD: This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 13.106-2 (b). The Government will select the best overall offer, based upon an integrated assessment of evaluation factors listed in the FAR 52.212-2 Evaluation Commercial Items (OCT 2014). Contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, whose offer conforms to the solicitation s requirements (to include all stated terms, conditions, representations, certifications, and all other information required by the Statement of work and is judged by an overall assessment of the evaluation factors to represent the most advantageous to the Government. PROPOSAL SUBMISSION INFORMATION 1. Offerors are required to complete Blocks 17, and 30(a-c) of the SF1449, the price list and acknowledgement of all solicitation Amendments issued and the information identified in paragraph 4 below. 2. Quotes shall be evaluated for Technical Capability, Past Performance, and Price following the evaluation criteria of this solicitation. The quote format, which follows, has been included to assist you in preparing a complete quote. In order to provide full consideration of your qualifications and ability for Contract establishment, you are encouraged to ensure that the information furnished in support of your quote is factual, accurate and complete. You may provide additional information you believe shall enhance your quote; however, overly elaborate presentations are not desired. Failure to provide the information requested may render the offer s quote as unacceptable. The Government reserves the right to verify any information provided. The required information shall be submitted by the Offeror in order to assure complete and proper understanding of the specifications, however, Offeror may include additional information if necessary to more clearly define the Offeror s capability of performing the services or furnishing the products as defined herein. Additional Information: a. Only those terms and conditions identified in the RFQ shall apply. b. Offer s quote shall provide an all-inclusive cost to perform all requirements as outlined herein, as applicable. c. Any changes made to this RFQ by any party are invalid unless agreed to in writing by the Contracting Officer (CO). Any exceptions or clarification the Offeror needs to submit shall be included in the Offeror s quote and clearly identified by the exact section, paragraph, subparagraph and page number of the requirement for which the exception or clarification is being submitted. Failure to properly identify the above may result in less than full consideration for award. d. Any technical information which is considered to be proprietary or confidential must be marked as such. e. Offeror confirms that he/she has a regularly established firm in the business called for and who, in the judgment of the Contracting Officer (based upon information provided), is financially responsible. The offeror must show evidence of their firm s reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service. f. Each Offeror submitting a quote shall obtain/possess any certifications, licenses and accreditations to furnish the services required for the VA Illiana Healthcare System. g. All costs associated with obtaining/ possessing such certifications, licenses and accreditations are included in the Contract price. 3. Quote Submission a. Offerors shall submit one (1) electronic copy of the quote. The quote shall be submitted in two sections, the pricing quote and the technical and past performance Quote. 4. Items to be evaluated are: a. Technical Capability- i. Contractor shall demonstrate evidence of experience in the provision of Elevator maintenance/Installation of upgrade services in a Health Care environment. ii. Contractor shall demonstrate relevant experience and qualifications regarding the Statement of Work Requirements. iii. Offerors shall provide Information on contracts executed within the past three (3)years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. iv. Contractor shall demonstrate that proposed products equal or exceeds the standards of the Product included within the Statement of Work. b. Past Performance- Past performance evaluations shall be conducted using information provided with the offer, information obtained from references, information obtained information obtained from the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity Information System (FAPIIS), and information from any other sources deemed appropriate. The Past Performance evaluation shall assess the relative risks associated with an Offeror's likelihood of success in fulfilling the solicitation's requirements as indicated by that Offeror's record of past performance. When evaluating past performance the government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the contractor's performance. The government may take into account past performance information regarding predecessor companies and key personnel who have relevant experience that shall perform major or critical aspects of the requirement. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. Areas of relevance include experience with Elevator Installation and Repair services in a healthcare setting. A minimum of three (3) references shall be submitted with your offer however, in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably. c. Price- The Price shall include all labor, materials, project management, supplies and supervision. Price will be evaluated by the Contracting Officer for the base and all option periods to determine reasonableness and may be evaluated to determine whether the price realistically supports the requirements of the solicitation. If more than one offer is received, the prices from the offers will be entered into an abstract or documented in the Contracting Officer s Award Decision. 4. Failure to submit the necessary information may render the offer unacceptable, in which case it will not be considered for award. Proposals will be evaluated in accordance with the criteria set forth above. The Government may, at its discretion and in its best interest, make award without conducting discussions with offerors. Therefore, perspective offerors are encouraged to submit initial proposals that represent the best terms and conditions of the offeror. 5. SDVOSB AND VOSB STATUS: (1) For SDVOSBs/VOSBs: In order to receive credit under this evaluation subfactor, the Offeror shall submit a statement of compliance that it qualifies as an SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). (2) For Non-SDVOSBs/VOSBs: To receive some consideration under this evaluation subfactor, the Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB subcontractors must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov) in order to receive some consideration under this evaluation factor. 6.. BASIS FOR ESTABLISHMENT OF AWARD: Award will be based on Best Value in accordance with Federal Acquisition Regulation (FAR) 13.106-2., under the authority of FAR 13. The Government shall select the best overall offer, based upon an integrated assessment of evaluation factors listed in the FAR 52.212-2 Evaluation Commercial Items. Award shall be made to the offeror whose offer is determined to be the most advantageous to the Government. The Government intends to establish a single award to the offeror whose offer is determined to represent the best value to the Government. SUBMISSION OF PROPOSALS: The proposal shall be submitted via U.S.P.S regular mail, commercial overnight delivery or hand-delivered. It may also be emailed to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov.The proposal shall be addressed to the office specified in the solicitation and shall show the time specified for receipt, the solicitation number and name and address of the offeror. Proposals shall be submitted as described below: If submitting via U.S.P.S. regular mail, commercial overnight delivery or hand-delivered, submit the proposal to the following address: Kevin Adkins VA Illiana Healthcare System 1900 East Main Street Building 102 Room 124C Danville, Illinois 61832
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17Q0277/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-17-Q-0277 VA69D-17-Q-0277_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3156836&FileName=VA69D-17-Q-0277-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3156836&FileName=VA69D-17-Q-0277-000.docx

 
File Name: VA69D-17-Q-0277 S02 VA69D-17-Q-0277.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3156837&FileName=VA69D-17-Q-0277-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3156837&FileName=VA69D-17-Q-0277-001.pdf

 
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: VA Illiana Healthcare System;1900 East Main Street;Danville Illinois
Zip Code: 61832
 
Record
SN04348668-W 20161214/161212233857-05cda5060a5ab313935d6375188dbc0b (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.