Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2017 FBO #5760
DOCUMENT

J -- Repairs Medical Gas System Deficiencies - Attachment

Notice Date
8/29/2017
 
Notice Type
Attachment
 
NAICS
#332911 — Industrial Valve Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217Q1094
 
Response Due
9/7/2017
 
Archive Date
9/17/2017
 
Point of Contact
Charnell Cunningham
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION REPAIRS MEDICAL GAS SYSTEM DEFICIENCIES AT THE JAMES J. PETER VA MEDICAL CENTER, BRONX CAMPUS (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures, 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) The solicitation number VA242-17-Q-1094 is issued as a request for quote (RFQ) and will be submitted on through fedbizopps.gov. (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 100% Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 332911, Industrial Valve Manufacturing, with a small business size standard of 750 employees. (v) The Contractor shall provide pricing to repair Medical Gas Deficiencies. See table below. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Repair 21 leaking outlets/inlets by rebuilding/replacing primary check valves 1.00 JB 0002 Repair 17 leaking outlets/inlets by rebuilding secondary check valves 1.00 JB 0003 Replace 16 broken outlet/inlet from assembly 1.00 JB 0004 Master alarm panel #A2ADR-U-OAV2MM 1.00 JB 0005 Labor for installation and termination of new master alarm in boiler plant 1.00 JB 0006 Verify and relabel areas controlled by zone valves where current labeling is incorrect 1.00 JB 0007 Replace inaccurate zone valve gauges 1.00 JB 0008 Verify that two sets of valves control 1C-41 and cover service valves with locking door 1.00 JB 0009 Verify which valves control patient terminals in ER 11A, 11B and 11C not currently indicated as being controlled by any zone valve 1.00 JB 0010 Replacement module for Amico A2A Medical Air alarm outside 2A-10J 1.00 JB 0011 Labor to replace module for area alarm outside 2A-10 1.00 JB 0012 Verify areas monitored by area alarm and label area alarm accordingly 1.00 JB 0013 Recommissioning and relabeling alarms as not in use 7B, 8B, and 1D 1.00 JB GRAND TOTAL (vi) Description of requirement Statement of Work Department of Veterans Affairs James J Peters VA Medical Center Background Engineering Service located at the James J. Peter VA Medical Center is committed and proudly serves the VA, Bronx Campus, providing the best possible environment for health care to veterans and the highest standards of service to customers. Engineering Service does this by improving and maintaining our physical structures and by providing the equipment, supplies, testing and preventive maintenance necessary to support excellence in health care. During the Annual Medical Gas Inspection, there were several different items requiring repairs that were noted during the inspection. Objectives The purpose of this solicitation is to Repair our Med Gas System deficiencies as outlined below. Period of Performance All repairs shall be completed within 30 days after the date of award. Scope of Work The following work is necessary to correct deficiencies noted during the Annual Medical Gas Inspection. Repair 21 leaking outlets/inlets by Rebuilding/replacing primary check valves. Repair 17 leaking outlets/inlets by Rebuilding secondary check valves. Replace 16 broken outlet/inlet fronts assembly. Supply Master Alarm panel # A2ADR-U-OAV2MM. Labor for Installation and Termination of new master alarm in Boiler Plant Verify and relabel areas controlled by zone valves where currant labeling is incorrect (4C-17B). Replace inaccurate zone valve gauges. Verify that two sets of valves control 1C-41 and cover service valves with locking door. Verify which valves control patient terminals in ER 11-A, 11B, and 11C not currently indicated as being controlled by any zone valve. Replacement module for Amico A2A Medical Air alarm outside 2A-10J. Labor to replace module for area Alarm outside 2A-10. Verify areas monitored by area Alarm and label area alarm accordingly. Recommissioning and relabeling Alarms as not in use 8B, 7B, and 1D. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: Department of Veterans Affairs James J. Peter VA Medical Center 130 W. Kingsbridge Road Bronx, NY 10468 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference: Solicitation number for this requirement as VA242-17-Q-1094 Point of Contact, Company name, address, telephone and email address Technical description of services to be performed in accordance with the Statement of Work Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offeror that fails to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.209-5 Certification Regarding Responsibility Matters (OCT 2015) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by References (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition. The Government 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 factors shall be used to evaluate offers: Technical: The offeror shall describe it technical solution to performing the statement of work. The offeror shall provide details of specific methods, techniques, and solutions for completing the requirement, including areas such as technical approach, technical expertise (including experience and qualifications), and overall benefit to the Government. Past Performance: The offeror shall provide detail on no more than 3 projects of similar size, scope, and complexity as required by this task order SOW, including technical points of contact for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. The Government may contact sources of past performance and may obtain past performance from other sources such as Government databases. Price: Will be determined as fair and reasonable per FAR part 13.106-3. (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: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.219-8 Utilization of Small Business Concerns (NOV 2016) 52.229-3 Federal, State, and Local Taxes (FEB 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.237-70 Contractor Responsibilities (APR 1984) 852.237-72 Electronic Submission of Payment Requests (NOV 2012) (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. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 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) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 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) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015) (xiii) The Service Contract Act of 1965 does not apply to this procurement. (xiv) N/A (xv) This is a 100% Small Business Set-Aside open-market combined synopsis/solicitation to repair Medical Gas Deficiencies at the Department of Veteran Affairs, James J. Peter VA Medical Center. The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 10:00 AM EST, Thursday, September 7, 2017. The government shall only accept electronic submissions via email, please send all quotations to Charnell.Cunningham@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.) (xvi) Direct your questions to Charnell Cunningham, Contracting Specialist, Charnell.Cunningham@va.gov. The last day to submit questions is 4:00 PM EST, Tuesday, September 5, 2017. List of Attachments: See attached document: Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217Q1094/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-Q-1094 VA242-17-Q-1094.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3763904&FileName=VA242-17-Q-1094-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3763904&FileName=VA242-17-Q-1094-000.docx

 
File Name: VA242-17-Q-1094 P07 Wage Determination.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3763905&FileName=VA242-17-Q-1094-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3763905&FileName=VA242-17-Q-1094-001.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: Department of Veterans Affairs;James J. Peter VA Medical Center;130 W. Kingsbridge Road;Bronx, NY
Zip Code: 10475
 
Record
SN04652289-W 20170831/170829233824-a96e28ca507750a27e4a9d961a4fd976 (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.