Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
DOCUMENT

H -- FIRE ALARM MAINTENANCE AND INSPECTIONS FOR THE BATH VAMC - Attachment

Notice Date
9/11/2018
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24218U0064
 
Response Due
9/20/2018
 
Archive Date
11/19/2018
 
Point of Contact
Janine Childs
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FIRE ALARM MAINTENANCE BATH 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 36C24218U0064. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. (iv) This procurement is being issued as open market. The North American Industry Classification System (NAICS) code is 561621, Security Systems Services (except Locksmith), with a small business size standard of $20.5 Million. (v) The Contractor shall provide pricing to provide services of fire alarm full service maintenance, inspections and repairs for the Bath VA Medical Center (VAMC) for a base plus the provision of four option years. See table below: TOTAL PRICING Line Item DESCRIPTION UNIT COST PER UNIT EXTENDED / ANNUAL COST A.1 Base Year: Quarterly Fire alarm full service maintenance, inspections and repairs for the Bath VAMC for equipment noted in d of SOW. Period of Performance: October 1, 2018 September 30, 2019 Quarter 4 A.2 Base Year: Semi-Annual Fire alarm full service maintenance, inspections and repairs for the Bath VAMC for equipment noted in e of SOW. Period of Performance: October 1, 2018 September 30, 2019 Job 2 B.1 Option Year 1: Quarterly Fire alarm full service maintenance, inspections and repairs for the Bath VAMC for equipment noted in d of SOW. Period of Performance: October 1, 2019 September 30, 2020 Quarter 4 B.2 Option Year 1: Semi-Annual Fire alarm full service maintenance, inspections and repairs for the Bath VAMC for equipment noted in e of SOW. Period of Performance: October 1, 2019 September 30, 2020 Job 2 C.1 Option Year 2: Quarterly Fire alarm full service maintenance, inspections and repairs for the Bath VAMC for equipment noted in d of SOW. Period of Performance: October 1, 2020 September 30, 2021 Quarter 4 C.2 Option Year 2: Semi-Annual Fire alarm full service maintenance, inspections and repairs for the Bath VAMC for equipment noted in e of SOW. Period of Performance: October 1, 2020 September 30, 2021 Job 2 D.1 Option Year 3: Quarterly Fire alarm full service maintenance, inspections and repairs for the Bath VAMC for equipment noted in d of SOW. Period of Performance: October 1, 2021 September 30, 2022 Quarter 4 D.2 Option Year 3: Semi-Annual Fire alarm full service maintenance, inspections and repairs for the Bath VAMC for equipment noted in e of SOW. Period of Performance: October 1, 2021 September 30, 2022 Job 2 E.1 Option Year 4: Quarterly Fire alarm full service maintenance, inspections and repairs for the Bath VAMC for equipment noted in d of SOW. Period of Performance: October 1, 2022 September 30, 2023 Quarter 4 E.2 Option Year 4: Semi-Annual Fire alarm full service maintenance, inspections and repairs for the Bath VAMC for equipment noted in e of SOW. Period of Performance: October 1, 2022 September 30, 2023 Job 2 Total Contract Cost LABOR (UNFUNDED) UNIT COST PER UNIT Labor cost for all work performed outside of the contract for normal business hours, nights and weekends. Hour (vi) Description of requirement: The contractor shall provide fire alarm full service maintenance, inspections and repairs for the Bath VA Medical Center as identified below. Background: This is a requirement for a firm fixed-price purchase order for the labor, tools, equipment and materials necessary to provide fire alarm full service maintenance, inspections and repairs for the Bath VA Medical Center, 76 Veteran Ave, Bath NY, 14810. Period of performance shall be from October 1, 2018 September 30, 2019 with a provision of four (4) options years. Service Hours: All work on this contract shall be performed during normal working hours, unless otherwise specified. Normal working hours are 7:00 AM EST - 5:00 PM EST, Monday through Friday. Holidays observed by the VAMC are: New Year s Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Any other day declared by the President of the United States to be a holiday. Scope of Work: The Contractor shall furnish all labor, tools, equipment and materials required to perform the service under this contract. The contractor shall perform a functional test and inspection of the Fire Alarm equipment during the scheduled service dates. The testing will be completed via diagnostic tools inherent to the system(s) as well as the functional application. The inspection will determine if the system is functioning properly and operating according to the manufacturer s requirements. If a problem is detected during the inspection it will be immediately documented and corrected based on the terms of the agreement, inspections, Repairs and services on various fire alarm and detection systems in accordance with National Fire Protection Association recommendations, local codes, and manufacturer s recommended procedures. The contractor shall deliver a written report that describes the test, inspection results and services performed. The contractor shall provide all transportation, labor, tools & test equipment to accomplish the following: All fire alarm and detection systems will be inspected and functionally tested in accordance with National Fire Protection Association recommendations, manufacturer s specifications, VA requirements and local codes-outside VA facility. Specification Requirements: Contractor must provide all tools, supplies, equipment and personnel to perform the work of this contract. Contractor is expected to work independently, once oriented, with qualified personnel to accomplish all testing in an efficient manner. All tests, inspections and repairs are to be performed in accordance with the most recent edition of National Fire Protection Association (NFPA), National Fire Alarm and Signaling Code 72. All systems shall be restored to fully operational status at the end of a workday or over a weekend unless permission is received from Bath VA Facilities Management & Fire Department. Contractor shall perform quarterly preventative maintenance on the following systems & equipment. IFC 2020 Fire Control Panel located in building 104 IFC-320 fire control panels located in buildings 24 & 39 IFC2-640 fire control panels located in buildings 29A, 30, 34 & 78 IFC2-3030 fire control panels located in buildings 33 & 76 FC-72 fire control panels located in buildings 3, 9, 14, 15, 31, 35, 41, 42, 44, 55, 78, 92, 103, 108 & 1301 Binary Field Processing Units (FBPU) NCM Controller NCM Module System Printers Contractor shall perform Semi-Annual preventative maintenance on the following systems & equipment. Metasys Front End (Non UL) located in building 14 JNCA-2 network annunciator in buildings 14 & 44 IFI workstation located in building 14 Contractor must have the ability to obtain UL listed Factory parts to repair the systems located at the facility. This needs to be pre-approved prior to any purchase. Contractor shall provide and install all fire alarm panel batteries yearly for preventative maintenance during the contract year. Contractor shall provide a list of labor cost for all work performed outside of the contract for normal business hours, nights and weekends. No work is to be performed outside of contract hours without permission from the Contracting Officer. Work is to be conducted in a manner which would present the least amount of disruption to the healthcare facility. Contractor shall document each online and on-site service call and furnish a copy showing time, date, and a brief description of activity. Customer (authorized) signed work orders for on-site system preventive maintenance shall list the inspection date, individual to report to, equipment identification, equipment location, work to be performed and any special instructions. All documentation shall be stored on an on-site service log binder located in the fire department building 14 and a copy is to be provided to the COR within 3 business days. Contractor is responsible for all damages caused by its company. Response Time requirements: Contractor shall provide telephone response within four (4) Hours, and will be on-site to provide life threatening emergency service within eight (8) hours. Contractor must respond by telephone within two (2) hours of receiving a call for emergency service. Non-emergency calls, as mutually determined by The Department of Veteran Affairs and contractor, will be scheduled for the next business day. Bath VAMC defined business hours are 7am-5pm Monday Friday excluding holidays. Contractor Qualifications: The Contractor must be Johnson Controls METASYS certified in the programming and maintenance of all associated systems. If quoting vendor is not Johnson Controls (OEM), then documentation from Johnson Controls showing certification to work on their equipment is required for this contract. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination: Bath VA Medical Center 76 Veterans Avenue Bath, NY 14810-0810 (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 36C24218U0064 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 (JUL 2016) 52.204-17 Ownership or Control of Offeror (JUL 2016) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 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: Provide a maximum of a 5 page capability statement demonstrating technical Capability to meet all of the requirements of the Statement of Work. Provide METASYS manufacturer (Johnson Controls) certification in programming, maintenance and repair of all associated systems. Provide names and qualifications of any subcontractors. Factor 2 Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.     Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. 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) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852-215-71 Evaluation Factor Commitments (DEC 2009) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (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. 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) 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) 52.222-36 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) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustments (Multiple Year and Option Contract) (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (xiii) The Service Contract Act of 1965 does apply to this procurement. (xiv) N/A (xv) Quotes are required to be received NO LATER THAN 12:00 PM EDT, Thursday September 20, 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. (xvi) Direct your questions to Janine Childs, Contract Specialist, Janine.Childs@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218U0064/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218U0064 36C24218U0064.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587553&FileName=36C24218U0064-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587553&FileName=36C24218U0064-000.docx

 
File Name: 36C24218U0064 P07 - WD 15-4161 date 01242018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587554&FileName=36C24218U0064-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4587554&FileName=36C24218U0064-001.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;Bath VA Medical Center;76 Veterans Ave;Bath, NY
Zip Code: 14810-0810
 
Record
SN05082757-W 20180913/180911230834-7fc7ee26984741944d178d8fdedc9e06 (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.