DOCUMENT
J -- Base Plus 4 Options Elevators, Dumbwaiters & Cart lifts Maintenance - Attachment
- Notice Date
- 8/1/2018
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Anthony R. Mitchell;Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
- ZIP Code
- 71101
- Solicitation Number
- 36C25618Q9924
- Archive Date
- 9/15/2018
- Point of Contact
- Anthony R Mitchell
- E-Mail Address
-
0-4068<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Commercial Services COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25618Q9924 Posted Date: August 1, 2018 Original Response Date: August 10, 2018 Current Response Date: August 10, 2018 Product or Service Code: J099 Set Aside (SDVOSB/VOSB): SDVOSB/VOSB NAICS Code: 811310 Contracting Office Address NCO 16 Department of Veterans Affairs Overton Brooks VA Medical Center (90C) 510 East Stoner Avenue Shreveport LA 71101 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The G.V. (Sonny) Montgomery VA Medical Center, 1500 East Woodrow Wilson, Jackson, MS 39216-5116 is seeking to purchase periodic preventive maintenance and repair of elevators, dumbwaiters, and cart lifts. This is a Total Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. In order to qualify for this set-aside, firms must be registered in the Vendor Information Pages at https://www.vip.vetbiz.gov/. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98 effective May 31, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of 7.5 Million. The attached Wage Determination WD 04-0401 (Rev.-21) was first posted on www.wdol.gov on 04/10/2018 will apply to this Combined Solicitation Synopsis. All interested companies shall provide a quotation for the following: Services STATEMENT OF WORK ELEVATORS/DUMBWAITERS/CART LIFTS The contractor shall provide preventive maintenance and repair services to 17 elevators, 2 cart lifts and 3 dumbwaiters located at this facility, in accordance with the terms and conditions stated within this Statement of Work (SOW). Location of Performance: G. V. (Sonny) Montgomery VA Medical Center 1500 E Woodrow Wilson Drive Jackson, MS 39216 1. Required by the Contractor: a. Minimum Level of Work: The Contractor shall take all steps and measures that a prudent building owner would take to maximize the life expectancy of the elevator plant. The work provided must preserve each elevator in unimpaired condition and above the point where deterioration begins. b. On-Site Requirement: The Contractor is not required to provide an on-site elevator mechanic for specified duty hours. However, the Contractor shall provide qualified elevator mechanics, work crews, and supervisory personnel in such numbers and times as may be required to fully meet the contract requirements. c. Working Hours: All scheduled contract work shall be accomplished during Normal Working Hours" from 8 a.m. to 4:30 p.m., Monday through Friday, except Federal holidays. Work beyond 4:30 p.m. will be at Contractor's discretion. The Contractor shall respond to service calls seven (7) days per week, twenty-four (24) hours per day, as part of the monthly contract price. Contractor Conduct: All persons furnished by the Contractor, including subcontractors, are the sole responsibility of the Contractor. The Contractor shall be responsible for their compliance with all laws, rules, and regulations. 2. Acceptance of Existing Equipment: a. Acceptance of Existing Equipment: In accordance with standard elevator industry practice this is a full maintenance contract. The Contractor shall maintain, repair, test, and clean all the elevators and the elevator equipment for the applicable groups listed. The contractor shall accept these elevators "as is". Except as listed below, no components are excluded from the requirements of this contract. All repairs shall be the Contractor's sole responsibility. Excluded Equipment: The following elevator components are specifically excluded from this contract when determined by the Contracting Officer (CO) to be outside the scope of the contract. Repairs or replacements made necessary due to negligence, vandalism, or misuse of the equipment by persons other than the Contractor, its representatives, or employees. (b) Refinishing or replacing elevator cab and floor coverings. (c) Incandescent or fluorescent lamps for car light fixtures. b. Performance Requirements: All elevator operations, maintenance, alterations, and repairs performed under this contract shall comply with the latest editions of the American Society of Mechanical Engineers (ASME) publication A17.1, "Safety Code for Elevators and Escalators" and A17.2, "Inspectors Manual for Electric Elevators". Throughout these specifications these documents will be referred to as "the code." Government will be responsible for the cost of third party inspections specified in the code. Subject to the capability of the equipment the Contractor shall ensure that the original operating criteria is maintained at all times for each elevator. (a) Maximum capacity in pounds. (b) Rated speed in feet per minute. (c) Performance time measured brake to brake. (d) Door operation. (e) Traffic handling capabilities. (f) Response times. (g) Ride quality. Acceptable performance will be based on Items b.(3)(a) through (g) above and a downtime percentage for each elevator of not more than one-half percent (.5%) per year (based on 365 days, 24 hours per day), a maximum of three service calls per month per elevator and a level or decreasing trend in service calls. An increased frequency in service calls is not considered acceptable performance. c. Non-Standard Requirements: The Contractor's offer must include the following services: Communication Devices. The contractor shall be responsible for the telephone lines and intercom lines in the hoist way and devices in car. General and Emergency Lighting. For lighting installed in the machine room, hoist way, pit, car top and emergency lighting, the contractor shall furnish and install all lighting fixture components including ballasts, bulbs, lamps, and tubes. Replace hoisting and governor cables/ropes as needed. d. Housekeeping: The Contractor shall maintain all building space assigned to the Contractor and any Government-owned equipment the Contractor is authorized to use in a neat, clean, orderly and working condition at all times. The machinery exterior and other equipment parts that are subject to rust shall be kept painted. The machine room floor shall be kept painted with good quality deck enamel. The Contractor shall take all necessary precautions to safeguard and protect all Government property with which the Contractor comes in contact while performing the contract work. Guide rails, overhead sheaves and beams, counterweight frames, top of cars, bottom of platforms, pits, and machine room floors shall be brushed, swept and mopped clean once a month. All accumulated rubbish shall be removed and deposited in the station provided trash compactor or dumpster. Chemicals, oily rags, or other fire hazardous materials shall be properly protected in Contractor-furnished VA approved containers or removed from the station daily after the completion of the cleaning activity. The Contractor shall keep Material Safety Data Sheets (MSDS) on file with the on-site COR or his designee for all materials it uses. The Contractor shall use reasonable care to minimize the generation of waste and will properly dispose of all waste it does generate. The Contractor shall use reasonable care to minimize the risks its work poses to the environment, the customers, the general public, and the contract employees. e. Quality Control Program: The Contractor shall establish and utilize a comprehensive quality control program to assure that the contract requirements are provided as specified. At least monthly the Contractor shall review the elevator performance including service calls with the COR and provide documentation of preventive maintenance services performed and weekly schedule of equipment serviced. Annually the Contractor shall survey units to verify that they conform to the specifications in Paragraph 2.b.(3). After the survey the Contractor will provide the COR and CO with an equipment report and performance evaluation for each individual unit covered by this contract. The report shall indicate all repairs and upgrades for each unit. Periodically the Contractor shall conduct field audits to maintain quality standards. The Government may request copies of these reports. In keeping with environmental protection, the Contractor shall immediately notify the COR in writing of any indication of underground oil seepage, which may be attributed to a leaky underground hydraulic cylinder. f. Equipment Changes: By the Contractor: The Contractor shall not change or alter the existing elevator equipment or any electrical circuits, wiring, controls, or sequencing without written authorization from the CO. If the CO authorizes changes, the Contractor shall make appropriate revisions to the elevator drawings and/or specifications. All improvements made by the Contractor during the term of this contract shall become and remain the property of the Government. (2) By the Government: The Government reserves the right to add and remove elevators from this contract at any time. The Government will inform the Contractor as far in advance as possible of any changes to the inventory. If the Government removes an elevator from service to perform work outside the scope of the contract the Government will deduct the monthly amount currently being paid to maintain that elevator. When the Government returns the elevator to service, it will resume paying the Contractor. 3. Qualifications of Contract Employees: a. Supervisor: A supervisor is a person designed in writing by the Contractor to make decisions for the Contractor on a day-to-day basis. According to standard industry practice, the Contractor shall employ competent supervisory personnel and they will, at a minimum, have completed a supervisory training course. The supervisor must be fully conversant in English. The supervisor(s) shall be available by telephone at all times while contract work is being performed. ***No Government employee is authorized to exercise direct or indirect supervision over the Contractor's employees or provide directions to the contractor's employees.*** b. Elevator Maintenance Mechanics: Qualifications: The personnel employed by the Contractor shall be capable employees trained and qualified in elevator maintenance and repair work. Elevator maintenance mechanics performing contract work shall have journeyman status as recognized by the industry. Licenses: Where applicable, all persons employed in a trade, craft, or profession that is licensed by state or local authorities shall have the appropriate license prior to performing any contract work. The license must be of a grade or level consistent with the requirements of the work being performed. The Contractor shall furnish a copy of each employee's license to the COR. 4. Supplies, Materials and Equipment: a. Furnished by the Government: When the COR determines it to be available and appropriate, the Government will provide space in the building for the Contractor's expendable supplies, replacement parts, tools, and equipment. When requested by the Contractor, the Government will provide drawings and specifications (if available) for the elevators. The Contractor shall keep these documents at the work site. When the contract expires, these documents must be returned to the COR from whom they were obtained. b. Furnished by the Contractor: The Contractor shall provide all labor, supplies, materials, repair tools, and equipment (including diagnostic tools and equipment) necessary to perform the work specified in this contract efficiently and effectively. The Contractor shall be required to replace, at no additional cost to the Government, any parts, which cost less than $2,000.00. If it is necessary to replace a part, which costs more than $2,000.00, the Contractor shall immediately notify the Contracting Officer and provide a cost proposal for the part. The Government shall only reimburse the contractor for the portion of the (part only) price that exceeds $2,000.00. The Contractor shall provide a stock of expendable supplies and an approved container for storing used wiping towels in each machine room. The Contractor shall determine the appropriate stock levels needed in the building, subject to the Government s approval. All parts replaced under the provisions of this contract shall be from the original equipment manufacturer, manufactured to OEM specifications or shall be replacement parts recommended by the equipment manufacturer, but no grey market repair parts will be allowed for work under this contract. Contractor must be able to provide parts within 24 hours. The Contractor shall maintain a complete, orderly and chronological file including drawings, complete parts list, and copies of all reports as required by these specifications. This file shall be furnished to the Government during the last month of the contract period. This file shall be available for inspection upon request, and a complete file will be furnished to the Government during the last month of the contract period. 5. Inspection and Tests: a. Maintenance and Repair Inspections by the Government: The Government reserves the right to make any test or inspection it deems necessary to make sure that all performance requirements are being maintained. b. Safety Deficiencies: If any condition is disclosed which constitutes a safety hazard to either elevator passengers or equipment, that unit shall be removed from service with corrective action completed within twenty-four (24) hours. After corrections have been made and reported to the COR the subject unit shall be placed back in service. c. Annual, Semiannual Inspections and Five-Year Test: Scheduling: Government personnel or other persons employed for that purpose will schedule with the Contractor (at least 48 hours in advance) and conduct elevator inspections as required in the Code. The Contractor shall provide a qualified elevator mechanic to accompany the Government inspector during each inspection at no additional cost. The Contractor shall also supply at no additional cost, any needed equipment to assist with the test or inspection. Reports: The Government will furnish a written inspection report to the Contractor who shall correct all listed deficiencies by the date specified in the report. However, any deficiency marked EMERGENCY" must be corrected in the shortest possible time consistent with the nature of the problem and the best practices of the trade. Corrections: When all listed deficiencies have been corrected, the Contractor will sign and date the inspection report and return it to the COR. At its discretion, the Government may then re-inspect the work. The Contractor shall perform all elevator tests required by the latest edition of the Code. Any damage to the elevator equipment caused by any such test shall be repaired by the contractor at no additional cost to the Government. At its discretion, the Government may have representatives present to witness any or all such tests. In addition to the requirements stated in the Code for the FIVE-YEAR test of safeties at rated load and rated speed the Contractor shall: Check and adjust existing load weighing devices to ensure that they perform their intended function at the correct weight. Make all adjustments required to ensure that the safety devices perform their intended function as designed. File smooth any guide rail damage caused by setting of the safety devices. d. Contract Closeout Inspection: Prior to the expiration of the contract the Contractor and COR together will inspect all elevators. The COR will prepare an Existing Deficiency Report that lists the deficiencies found. The Contractor will correct all the enumerated deficiencies that fall within the scope of this contract. The Contractor is also responsible for deficiencies that are discovered after the closeout inspection but before the expiration of the contract. 6. Repairs: a. Repairs" are defined as unscheduled work required to prevent the breakdown or failure of an elevator or to put an elevator back in service after a breakdown or failure. b. The Contractor must complete all repairs within 24 hours after discovering the problem or of receiving notification that corrective action is required. If the Contractor cannot complete the repairs within twenty-four (24) hours he/she shall present a plan for completing the work to the COR. c. The CO will, whenever necessary, decide whether a repair is within the scope of this contract. d. Upon request, the Contractor shall furnish a record of all repairs made to the elevators, their accessories or appurtenances. 7. Service Calls: a. A "Service Call" is a report of an elevator malfunction made by the COR or designated building occupants and the Contractor's subsequent response to and correction of the problem. b. EMERGENCY CALL BACK SERVICE: Contractor must respond to emergency call back service, within two hours or less, and will response to requests by telephone or otherwise from the (1) Contracting Officer, (2) COR, or (3) their designees in case of a malfunction or if emergency trouble should develop between regularly scheduled maintenance. This call back service shall be rendered at any hour of any day of the week as requested at no extra charge to the Government. c. For each service call the Contractor shall provide to the COR documentation that contains the following minimum information: (1) A description of the problem. (2) The location of the problem. Description of the action taken to resolve the problem. (4) The time and date corrective action was completed. (5) The name of the person who corrected the problem. 8. Preventive Maintenance: a. Definition: "Preventive Maintenance (PM) is regularly scheduled work on the elevator(s) that the Contractor must do to accomplish the following: (1) Ensure their safe, reliable and continued operation. (2) Prevent breakdown due to worn parts. (3) Maintain elevators above the point where deterioration begins. Schedule: All passenger and service-type elevators shall be inspected weekly. A minimum of one hour per elevator, per inspection is required. Inspections shall be made on Monday, Wednesday, and Friday of each week. Contractor shall provide a detailed schedule of which elevators are to be inspected by day of week. If a holiday falls on the scheduled day of inspection, the required inspection will be performed on the following workday. All freight-type elevators and dumbwaiters shall be inspected semi-monthly, a minimum of one and one-half hours per elevator and three quarters of an hour per dumbwaiter, per inspection, is required. c. Cleaning, Lubrication, and Adjustment Service: When, and as required, motors, generators, controllers, relay panels, selectors, leveling devices, operating devices, switches on car and in hoist ways, hoist way doors and car doors or gate operating devices, interlocks and contacts, guide shoes, guide grooves in hoist ways and car door sills, hangers for all doors and car doors or gates, signal systems, car safety devices, governors, tension frames and sheaves in pits shall be cleaned, lubricated, and adjusted. Hoist motors and generator brushes shall be checked for wear at least every two weeks. Accumulated carbon dust shall be removed from commutators, brush rigs, and windings at the same time. Cleaning and refinishing of the interior of cars and exterior of hoist way frames and doors are excluded. In addition, the same services for equivalent equipment, all control and operator valves in machine rooms and pits, pumps, and belts shall be furnished for hydraulic elevators included under this contract. d. Contractor will be required to observe the semi-annual safety inspections performed by the elevator company responsible for elevator/dumbwaiter inspections. e. Maintenance of Firefighter Service: All elevators provided with fire-fighter service shall be subject to Phase I recall and a minimum of one-floor operation on Phase II to assure the system is maintained in proper operating order. A written record of findings on the operation shall be made and kept on the premises of said operation. f. Prior to removing an elevator from service, the elevator mechanic shall coordinate the removal with the COR. Placing of "Out of Service signs shall be the Contractor's responsibility. g. After Hours: No after hour work will be performed on any elevator/dumbwaiter unless the malfunction inhibits operation or appears to make the unit unsafe. After Hours Point of Contact: Boiler Plant Operator - Telephone: (601) 364-1537 9. Below is a list of 17 elevators, 2 cart lifts and 3 dumbwaiters that the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS is requesting preventive maintenance on the following elevators, dumbwaiters, and cart lifts. Reference paragraph five (5) inspection/tests, paragraph six (6) repairs, and paragraph eight (8) for preventive maintenance. Elevator Location Manufacturer Serial Number P1 R&E MCE 3271592 P2 R&E MCE 3271589 P1 NHCU MCE 3271583 P2 NHCU MCE 3271586 P1 Clinical MECO CT-64528 P2 Clinical MECO CT-64529 P3 Clinical MECO CT-72596 P4 Clinical MECO CT-72597 P5 Clinical MECO CT-72598 P6 Clinical MECO CT-75808 P7 Admin TKE FT-9592 P8 Blue Northern SL-47588 S1 Clinical MECO CT-72599 S2 Clinical MECO CT-72600 S3 Warehouse MECO CP-53644 S4 Clinical MECO CT-64530 S5 Clinical MECO CT-64431 CL#1 MECO CP-64532 CL#2 MECO CP-64533 DW#1 DA MATOT INC. 20978 DW#2 DA MATOT INC. 20979 DW#4 DA MATOT INC. 20977 10. Recording Presence: Each contract employee must sign in when entering the premises and state the purpose of the visit (for example, scheduled maintenance, service call, or repairs) and sign out when leaving the building. Upon completion of service the Contractor shall report to the Electrical Unit Supervisor, Facility Management Service, or designee. A written report of services performed shall be furnished to the Electrical Unit Supervisor or designee. Such reports shall advise of any repairs or repair parts not required to be furnished under the contract that are necessary to maintain the equipment in perfect operating condition. Supervisory employees shall indicate their titles adjacent to their signatures. The designated location of the log shall be in the Boiler Plant Control Room. 11. Identification, Parking, Smoking, and VA Regulations: a. The Contractor's personnel shall wear visible identification at all times while on the premises of the G.V. (Sonny) Montgomery VA Medical Center. It is the responsibility of the Contractor to park in the appropriate designated parking area. The G.V. (Sonny) Montgomery VA Medical Center will not validate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the G.V. (Sonny) Montgomery VA Medical Center. Possession of weapons is prohibited. b. All employees shall carry their badges with them during duty hours and show them upon request. The COR shall periodically check the Contractor employee passes against their personal identification. 12. The Government's Role and Responsibility for Contract Administration: a. Contracting Officer (CO): The CO has the overall responsibility for administration of this contract. b. Contracting Officer's Representative (COR): The COR will be designated in writing at the time of award. The COR assists the CO in the administration of the contract requirements. The COR's responsibilities include but are not limited to the following: Determining the adequacy of performance by the Contractor in accordance with the terms and conditions of this contract. (2) Acting as the Government's representative in charge of work at the site. (3) Ensuring compliance with contract work requirements. (4) Advising the CO of any factors that may cause delay in performance of the work. Supervision: No Government employee is authorized to exercise direct or indirect supervision over the Contractor's employees or provide directions to the Contractor's employees except the CO or COR. d. Government Elevator Inspectors: These individuals are Government employees with professional elevator training and work experience. They possess Qualified Elevator Inspector (QEI) credentials but are not limited to the following: (1) Inspecting the work to ensure compliance with code and contract requirements. Documenting through written inspection reports the results of all inspections and tests conducted. Following through to ensure that all defects or omissions are corrected. Conferring with the representatives of the Contractor regarding any problems encountered in the performance of the work. Assisting the COR in carrying out that official's responsibilities. (6) Witness the one (1) and five (5) year elevator tests. 13. Insurance: Contractor is required to provide evidence of and to maintain the insurance requirements in FAR 52-228-5, Insurance-Work on a Government Installation, for the period of performance. The delivery/task order period of performance is 12 Months/Base Year 10/01/2018 9/30/2019 12 Months/Option Year 1 10/01/2019 9/30/2020 12 Months/Option Year 2 10/01/2020 9/30/2021 12 Months/Option Year 3 10/01/2021 9/30/2022 12 Months/Option Year 2 10/01/2022 9/30/2023 Performance shall be provided no later than 30 days after receipt of contract. Place of Performance: Address: G.V. (Sonny) Montgomery VA Medical Center at 1500 East Woodrow Wilson, Jackson MS Postal Code: 39216-5116 Country: UNITED STATES ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 The contractor shall provide preventive maintenance and repair services to 17 elevators, 2 cart lifts and 3 dumbwaiters located at this facility, in accordance with the terms and conditions stated within this Statement of Work (SOW). Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 12.00 MO __________________ __________________ 1001 The contractor shall provide preventive maintenance and repair services to 17 elevators, 2 cart lifts and 3 dumbwaiters located at this facility, in accordance with the terms and conditions stated within this Statement of Work (SOW). Contract Period: Option 1 POP Begin: 10-01-2019 POP End: 09-30-2020 12.00 MO __________________ __________________ 2001 The contractor shall provide preventive maintenance and repair services to 17 elevators, 2 cart lifts and 3 dumbwaiters located at this facility, in accordance with the terms and conditions stated within this Statement of Work (SOW). Contract Period: Option 2 POP Begin: 10-01-2020 POP End: 09-30-2021 12.00 MO __________________ __________________ 3001 The contractor shall provide preventive maintenance and repair services to 17 elevators, 2 cart lifts and 3 dumbwaiters located at this facility, in accordance with the terms and conditions stated within this Statement of Work (SOW). Contract Period: Option 3 POP Begin: 10-01-2021 POP End: 09-30-2022 12.00 MO __________________ __________________ 4001 The contractor shall provide preventive maintenance and repair services to 17 elevators, 2 cart lifts and 3 dumbwaiters located at this facility, in accordance with the terms and conditions stated within this Statement of Work (SOW). Contract Period: Option 4 POP Begin: 10-01-2022 POP End: 09-30-2023 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES 12.00 MO __________________ __________________ NOTE: FAR 52.217-8 Option to Extend Services, not to exceed six (6) months in total for this contract. The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. GRAND TOTAL The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. FAR Number Title Date 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS JAN 2017 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Instructions To Offerors Addendum: The Government will select the quote that is the lowest price, technically acceptable and represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Price and technical acceptability to meet salient characteristics. The evaluation of Government requirements outlined in this request for quote will determine suitability. Contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is a contractor that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only that contractor quoting the lowest price, technically acceptable service, to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price. The Government may determine that a quote is unacceptable if prices are significantly unbalanced. FAR Part 15 will not be used for this procurement. 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Prospective Contractors are required to submit two separate documents; one (1) Part A - Content of the Non-Price Factors/Technical Part and one (1) Part B Price Part. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award. Part A - Content of the Non-Price Factors/Technical Part will be evaluated on Pass / Fail basis Contractor will need to demonstrate that the services offered meets at the minimum the Salient Characteristics described within the Schedule of Items and Specifications. Contractor to provide technical brochures to demonstrate whether the quoted items meet the minimum requirements/salient characteristics provided in the combined synopsis solicitation. Electronic data or virtual link in order to examine capabilities will be acceptable. Contractor shall also provide evidence of being an Authorized Reseller (Distributor) for product offered. This can be substantiated with a link to Manufacturer s web site that supports offeror s distributorship or other proof from the manufacturer. Part B - Content of the Price Part Price schedule Total price for CLINs as described in Statement of Work. If your submission to this combined synopsis solicitation does not follow the requirements above or otherwise required by the solicitation your company risks not being considered for award. EVALUATION OF QUOTE: Award shall be made to the quoter whose quotation is the Lowest Priced and Technically Acceptable. Only the lowest priced quote will be evaluated for technical acceptability. If this quote is found to not be technically acceptable, the next lowest priced quote will be evaluated. This sequence will occur until a quote is found to be technically acceptable at the lowest price point. Once a quote is found to be technically acceptable, the technical evaluation will cease. TECHNICAL EVALUATION Technical Acceptability will be based upon the conformance to the guidelines outlined in this solicitation. Quotes will be evaluated on a GO, NO-GO basis. The technical evaluation will evaluate the technical content received as required in the instructions section of this solicitation. This is a subjective evaluation that is based upon the Governments judgment as the whether the Quoter has satisfactorily addressed the technical content requirements as set forth within this solicitation. PRICE EVALUATION A Quoter s price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3. A written notice of award mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in an offer for award to the Quoter from the Government. The counter signed award from the Quoter to the Government will result in a binding contract between the two parties. (End of Addendum) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. http://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) (DEVIATION 2018-O0012) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (JAN 2017) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.217-5, EVALUATION OF OPTIONS (JUL 1990) FAR 52.217-8, OPTION TO EXTEND SEVICES (NOV 1999) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS (APR 2014) FAR 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) FAR 52.232-19 AVAILIBILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL2016) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) FAR 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.232-40 PROVIDING ACCELERATED PAYMENS TO SMALL BUSINESS SUBCONTRACTORS(DEC2013) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions). FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). FAR 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note) FAR 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: All quotations shall be sent to Anthony Mitchell by email to: Anthony.Mitchell4@va.gov. FAR 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). FAR 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee Class Monetary Wage-Fringe Benefits 23210 Elevator Repairer $39.32 +Fringe Benefits FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 852.252-70 Solicitation provisions or clauses incorporated by reference. As prescribed in 852.102(a), insert the following provision: SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR 52.232-19 AVAILIBILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (End of provision) This is a total Service Disabled Veteran Owned Small Business (SDVOSB Set-Aside combined synopsis/solicitation for elevator periodic maintenance and repair service as defined herein. The government intends to award a 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." Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony.Mitchell4@va.gov not later than close of business, 3:30 PM (CST), 3 August 2018. Submission shall be received not later than 10 August 2018, 2:00 PM (CST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes will be accepted. RESPONSES ARE DUE Friday, 10 August 2018, by 2:00 PM Central Standard Time (CST). Quotes are due electronically to Anthony.Mitchell4@va.gov no later than the response date. Only electronic quotes will be considered. Point of Contact: Anthony Mitchell Contracting Officer anthony.mitchell4@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/36C25618Q9924/listing.html)
- Document(s)
- Attachment
- File Name: 36C25618Q9924 36C25618Q9924.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520406&FileName=36C25618Q9924-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520406&FileName=36C25618Q9924-002.docx
- File Name: 36C25618Q9924 04-0401.txt (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520407&FileName=36C25618Q9924-003.txt)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520407&FileName=36C25618Q9924-003.txt
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25618Q9924 36C25618Q9924.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520406&FileName=36C25618Q9924-002.docx)
- Record
- SN05015560-W 20180803/180801231327-2079d74514074c236beb342de7f6355c (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 |