DOCUMENT
C -- PARKING LOT TOPOGRAPHY SURVEY FOR THE STRATTON VA MEDICAL CENTER - Attachment
- Notice Date
- 5/10/2018
- Notice Type
- Attachment
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
- ZIP Code
- 14215
- Solicitation Number
- 36C24218Q0501
- Response Due
- 5/24/2018
- Archive Date
- 7/23/2018
- Point of Contact
- Janine Childs
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION PARKING LOT TOPOGRAPHY SURVEY SERVICE CONTRACT STRATTON VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q0501. (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 small business set-aside. The North American Industry Classification System (NAICS) code is 541370, Surveying and Mapping (except Geophysical) Services, with a small business size standard of $15 Million. (v) The Contractor shall provide pricing to provide a parking lot topography survey at the Stratton VA Medical Center. See table below: TOTAL PRICING Line Item DESCRIPTION QUANTITY UNIT TOTAL PRICE 1. Parking lot topography survey at the Stratton VAMC shall be completed within 90 days of award notice. 1 JB N/A 1a. Site and Project Assessment 10% submittal shall be 10 days after notice to proceed. 1 JB 1b. Draft and Final Documents 90% submittal shall be 30 days after notice to proceed. 1 JB 1c. Final Documents and Control 100% submittal shall be 30 days after acceptance of Draft Final. 1 JB TOTAL PRICE (vi) Description of requirement: The contractor shall provide all requirements identified in the attached SOW. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR), Gregory Mapstone, prior to performance. FOB Destinations: Stratton VA Medical Center 113 Holland Avenue Albany, NY 12208-3410 (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: Solicitation number for this requirement as 36C24218Q0421 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Terms of any express warranty, if applicable 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 Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-17 Ownership or Control of Offeror (July 2016) 52.204-20 Predecessor of Offeror (July 2016) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Factor 1 Technical Capability: Documentation shall include the following: Provide a maximum of a 5 page capability statement demonstrating technical Capability to meet all of the requirements of the scope of work. Contractor shall note specific experience in topography surveying Provide the name, experience and licensures of the New York state land surveyor Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance on the basis of information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably. Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected. (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: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 Total Service-Disabled Veteran-Owned and Veteran-Owned Small Business Set-Aside (JUL 2016) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 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) 52.232-33 Payment by Electronic Funds Transfer 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. (xiv) N/A (xiv) Quotes are required to be received NO LATER THAN 12:00 PM EDT, Thursday May 24, 2018. This requirement will be awarded as a firm fixed-price purchase order. Submit quotes and supporting documentation by email to Janine Childs at Janine.Childs@va.gov. (xv) Direct your questions to Janine Childs, Contract Specialist, Janine.Childs@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218Q0501/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q0501 36C24218Q0501.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4294711&FileName=36C24218Q0501-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4294711&FileName=36C24218Q0501-000.docx
- File Name: 36C24218Q0501 S02 - SOW for Solicitation 05.09.2018.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4294712&FileName=36C24218Q0501-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4294712&FileName=36C24218Q0501-001.doc
- File Name: 36C24218Q0501 Required Survey Area_061317.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4294713&FileName=36C24218Q0501-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4294713&FileName=36C24218Q0501-002.pdf
- File Name: 36C24218Q0501 P07 - WD 15-4143 dated 04.17.2018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4294714&FileName=36C24218Q0501-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4294714&FileName=36C24218Q0501-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q0501 36C24218Q0501.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4294711&FileName=36C24218Q0501-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Stratton VA Medical Center;113 Holland Ave;Albany, NY
- Zip Code: 12208-3410
- Zip Code: 12208-3410
- Record
- SN04918448-W 20180512/180510230742-c4aca470c4c7e24e75e11f658ac6dbbd (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 |