DOCUMENT
J -- Urgent Elevator Motor Replacement Services VA Nebraska-Western Iowa Health Care System - Attachment
- Notice Date
- 1/17/2017
- Notice Type
- Attachment
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Veterans Affairs;VA Medical & Regional Office Center;2501 W. 22nd St.;Sioux Falls SD 57105
- ZIP Code
- 57105
- Solicitation Number
- VA26317Q0269
- Response Due
- 1/24/2017
- Archive Date
- 2/23/2017
- Point of Contact
- Paula Moore
- E-Mail Address
-
moore2@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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation number is VA263-17-Q-0269 and it is issued as a Request for Quote (RFQ). This requirement will be solicited as SDVOSB Set-aside. The applicable North American Industry Classification System (NAICS) code is 238290, Other Building Equipment Contractors and the size standard is $15M. The Department of Veterans Affairs, Sioux Falls intends to establish a single award, firm-fixed price type contract for a one time elevator repair. A description of the services required is listed below under Statement of Work. Evaluation and Award Methodology: Acquisition of items will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. The Government intends to base award determination on the offer that provides the lowest priced quote to the Government and can meet the servicing requirements outlined in the attached SOW. Offerors are advised that the Contracting Officer will verify registration in the System for Award Management (SAM) database prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration will result in elimination from consideration for award. Description: The contractor shall provide all necessary supplies, equipment, insurance, labor, and materials to repair elevator 9 located at the VA Nebraska Western Iowa Health Care System located at 4101 W. Woolworth Avenue Omaha, Nebraska. This requirement for elevator motor replacement and repair services is an urgent requirement. (see SOW below for complete description of requirement). SUBMISSION OF QUOTE Quotes must be received no later than 4:00 PM CST Tuesday, 24 January 2017. The anticipated date of award will be approximately 1 February 2017. It is the responsibility of the offeror to ensure their quote is received in its entirety by the POC listed below prior to the solicitation closing date and time. Quotes will only be accepted by email. All quotations must be sent in.pdf, or.docx format only to Paula Moore, Contract Specialist @ paula.moore2@va.gov. Include the following in your subject line: Quotations submitted in response to VA263-17-Q-0269. Questions regarding this requirement must be emailed to the Contract Specialist, no later than 4:00 PM. CST on Thursday, 19 January 2017. Questions will not be addressed via telephone. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91 effective 30 September 2016. The following clauses and provisions apply to this solicitation: FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Condiditons Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222-26 :Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, FAR 52.222-36 Affirmative Action For Workers With Disabilities, FAR 52.212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.252-2 Clauses incorporated by Reference and FAR 52.212-1 Instructions to Offerors - Commercial Items are all incorporated by full reference. 52.212-2 EVALUATION-COMMERCIAL ITEMS JAN 1999 (IAW FAR 12.301(c)(1)) Addendum to 52.212-2: The VA will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor(s) shall be used to evaluate offers, in order of importance: Delivery / Repair Date Price Statement of Work for Urgent Elevator Motor Replacement Services VA Nebraska-Western Iowa Health Care System Omaha, Nebraska The VA Nebraska-Western Iowa Health Care System located at 4101 W. Woolworth Avenue, Omaha, Nebraska has an urgent requirement for elevator motor replacement and repair services. The contractor shall provide all necessary supplies, equipment, insurance, labor, and materials to repair Elevator 9 at the VA Health Care System. SCOPE OF WORK FOR CONTRACTOR: The contractor shall furnish and install a new motor/machine complete with required bedplate and adaptor beams. All necessary software changes shall be accomplished by the contractor, and a new drive shall be installed in order to accommodate the new gearless machine. Software will enable the controller to be retained while still providing duplex operation with Elevator 10. New ropes will be installed and counterweight will be added as necessary to properly counterbalance the elevator at 50%. Hoisting, floor protection, and disposal of existing machine shall be provided by the contractor. Removal of existing ceiling grid, duct, and alarm at Floor 11 must be provided by VA to allow access to the trap doors which will be used for material movement. The contractor shall remove all debris from VA property. All products, parts, and drawings must be approved by VA prior to use and production. GENERAL REQUIREMENTS: The contractor shall provide on-site supervision of contractor personnel at all times when work is being performed. Supervision may be provided by a working foreman or work leader. All contractor personnel shall wear, in plain sight badges, tags, or other label with company name and employee name. All equipment used by the contractor shall meet all federal, state, and local requirements. The Government will not be held responsible for any repairs, replacement, or loss of the contractor s equipment. The contractor shall be diligent to protect Government property from damage. The contractor shall be bonded and insured for repair and/or replacement of Government property, any liability for damage to private property, and harm to anyone physically. Any damage to VA property or equipment must be repaired or replaced to original condition at the contractor s expense. The contractor shall utilize products that are considered Green to the greatest extent possible. The contractor shall provide product information to VA for approval at least one week prior to use. The contractor shall keep current Material Safety Data Sheets (MSDS) on all products used or stored on VA property. All products, equipment, and work areas shall be kept clean and orderly by the contractor. Storage of products and tools in the facility will be limited to one day s work requirements. Parking for contractor personnel shall be in designated areas only as determined by the VA. The contractor supervisor is responsible to check in with the COR daily. Supervisor must have a cell phone communication in order to respond to corrections in a timely manner and notify COR of any emergencies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA26317Q0269/listing.html)
- Document(s)
- Attachment
- File Name: VA263-17-Q-0269 VA263-17-Q-0269_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3213552&FileName=VA263-17-Q-0269-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3213552&FileName=VA263-17-Q-0269-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-17-Q-0269 VA263-17-Q-0269_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3213552&FileName=VA263-17-Q-0269-000.docx)
- Place of Performance
- Address: VA Nebraska-Western Iowa Health Care Systems;4101 W. Woolworth Avenue;Omaha, Nebraska
- Zip Code: 68105
- Zip Code: 68105
- Record
- SN04372895-W 20170119/170117234509-4b20f0486ef71280acedb0cfcae2fa06 (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 |