DOCUMENT
R -- AMES/MERS rebuilt for transition to MAXIMO system - Attachment
- Notice Date
- 4/6/2017
- Notice Type
- Attachment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
- ZIP Code
- 14215
- Solicitation Number
- VA24217Q0301
- Response Due
- 5/4/2017
- Archive Date
- 8/2/2017
- Point of Contact
- Spivack, Michael
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 1 of 5 Page 1 of 5 COMBINED SYNOPSIS/SOLICITATION AMES/MERS DATABASE REBUILT FOR TRANSITION TO MAXIMO SYSTEM BUFFALO AND BATAVIA VA MEDICAL CENTERS (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.50- Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0301. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a total Service Disabled Veteran Owned Small Business set aside. The North American Industry Classification System (NAICS) code is 541990, All Other Professional, Scientific, and Technical Services, with a small business size standard of $15 Million. (v) The Contractor shall provide pricing to complete all requirements listed in the attached Performance Work Statement Line Item DESCRIPTION TOTAL PRICE 1 AMES/MERS database rebuilt for transition to MAXIMO Enterprise Asset Management (EAM) software (vi) Description of requirement (See attached Performance Work Statement to include Wage determination information and Quality Assurance Surveillance Plan): The contractor shall provide all parts and labor identified in the PWS. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 Batavia VA Medical Center 222 Richmond Avenue Batavia NY 14020 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012) 52.216-1 Type of Contract (APR 1984) 52.233-2 Service of Protest (SEPT 2006) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) Evaluation will be determined based on Best Value to the Government IAW FAR Subpart 13.106-1(a)(2). The government shall determine Best Value to the Government based on the following evaluation criteria: Technical Capability: Meet all of the requirements of the PWS, please include the following two documents listed below: Provide a maximum 12 page capability statement indicating: Experience transferring data from legacy EAM software to IBM s MAXIMO EAM software or an equivalent EAM at facilities of comparable size and complexity Experience analyzing and providing process improvement recommendations for facility preventative maintenance procedures at facilities of comparable size and complexity Experience analyzing and providing process improvement recommendations for facility business/engineering work control procedures at facilities of comparable size and complexity An overview of how the inventory and the data entry will be performed Provide a proposed schedule for the completion of all deliverables associated with this project. Proposed Project Team Provide qualifications for the following project personnel: Project Manager Minimum of 3 years of experience leading projects involving transferring data from legacy systems to MAXIMO or an equivalent asset management platform at facilities of comparable size and complexity Provide documentation of all relevant education pertaining to the objectives of this project. Experience with building utility/support equipment for a hospital or similarly complex facility Lead Data Entry Technician Minimum of 3 years data based management experience Provide documentation of all relevant education pertaining to the objectives of this project. Familiar with AMES/MERS and MAXIMO asset management systems or equivalent asset management platforms Experience with transferring data from legacy systems to MAXIMO or an equivalent asset management platform at facilities of comparable size and complexity Personnel involved in collecting data: For each type of equipment to be inventoried (i.e. electrical systems, air handling systems, fluid handling systems, etc..) personnel shall have at a minimum of 3 years of relevant experience operating or maintaining said systems. (2) Past Performance: The Government shall review CPARS and request the contractor provide a list of contracts completed during the past three (3) years and all contracts and subcontracts currently in process for the update and transfer of an Enterprise Asset Management system database from of similar scope and complexity to this requirement. Include the following information for each contract: Name and address of contracting activity Name and telephone number of contract person Dates of contract performance (3) Price The Government reserves the right to make award without discussions. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.219-14 Limitations in Subcontracting(NOV 2011) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.219-10 VA Notice of Total Service Disabled Veteran-owned Small Business Set-Aside (JUL 2016) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determinations are attached to this combined synopsis/solicitation A walkthrough of both facilities shall occur at 8:30am, Tuesday, April 18th, 2017 at the Buffalo VA Medical Center and at 1:30pm, Tuesday, April 18th, 2017 at the Batavia VA Medical Center. Please RSVP to Michael Spivack via email by 12:00pm, April 17th, 2017 to attend. (xiv) N/A (xv) Quotes are required to be received NO LATER THAN 12:00 PM EDT, Thursday, May 4th, 2017. Quotes and supporting documentation must be emailed to Michael Spivack at Michael.Spivack@va.gov. (xvi) Direct your questions to Michael Spivack, Contracting Specialist, 585-297-1460 x 72458; Michael.Spivack@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA24217Q0301/listing.html)
- Document(s)
- Attachment
- File Name: VA242-17-Q-0301 VA242-17-Q-0301.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397392&FileName=VA242-17-Q-0301-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397392&FileName=VA242-17-Q-0301-000.docx
- File Name: VA242-17-Q-0301 AEMS_MERS revised PWS v1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397393&FileName=VA242-17-Q-0301-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397393&FileName=VA242-17-Q-0301-001.docx
- File Name: VA242-17-Q-0301 P09-QASP.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397394&FileName=VA242-17-Q-0301-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397394&FileName=VA242-17-Q-0301-002.docx
- File Name: VA242-17-Q-0301 WD erie.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397395&FileName=VA242-17-Q-0301-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397395&FileName=VA242-17-Q-0301-003.docx
- File Name: VA242-17-Q-0301 WD Genesse.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397396&FileName=VA242-17-Q-0301-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397396&FileName=VA242-17-Q-0301-004.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA242-17-Q-0301 VA242-17-Q-0301.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397392&FileName=VA242-17-Q-0301-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Buffalo VA Medical Center;3495 Bailey Ave. Buffalo NY;Batavia VA Medical Center;222Richmond Ave. Batavia NY
- Zip Code: 14215
- Zip Code: 14215
- Record
- SN04463288-W 20170408/170406235543-8a199127d2fecbe755699b5d45c5888c (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 |