DOCUMENT
J -- ELGA PureLab Maintenance Services - Attachment
- Notice Date
- 9/26/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 17;7201 W. Interstate 40, Ste. 100;Amarillo, TX 79106
- ZIP Code
- 79106
- Solicitation Number
- 36C25718U0061
- Response Due
- 10/1/2018
- Archive Date
- 10/16/2018
- Point of Contact
- Vance Farrell
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25718U0061 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. (iv) This solicitation is issued as unrestricted full and open competition with the associated NAICS code of 811219, which has a small business size standard of $20.5M. (v) See attached schedule for the contract line item number(s), services, quantities, and options requested in this solicitation. (vi) This requirement is for providing equipment maintenance services for an ELGA PureLab UV water purification system (1 each) at the South Texas Veterans Health Care System, San Antonio, TX. See attached schedule for the location and the requirements for the services that are to be performed. (vii) The anticipated base Period of Performance for the services is approximately 1 October 2018 thru 30 September 2019. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. See item xiii below for additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Offers will be evaluated as acceptable or unacceptable for technical capability and be evaluated for past performance as acceptable or unacceptable, and then those proposals found technically acceptable will be evaluated by price as lowest priced, technically acceptable (LPTA). (x) Offerors whom have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do not need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition. (xiii) This acquisition includes additional submission requirements. See attached scope of work within the attached schedule for the terms and conditions of the requirement. Other additional submission requirements are: Technical Capability: Offerors, other than those identified as ELGA approved partners, must include training documentation for those identified as performing field service engineer services, that indicates they are trained to service ELGA PureLab UV water purification systems. Offers from firms not identified as ELGA approved partners that do not provide field service engineer training documentation may be determined technically unacceptable. Offerors are to provide pricing with their offer. Offerors may provide pricing for the line item(s) on the schedule in their own format, or on the attached schedule and provide it with their proposal. *Note: this solicitation includes FAR Clause 52.232-18, Availability of Funds. Funds are not currently available for this requirement. Funds are not anticipated to be available until the FY19 appropriated funds have been allocated for this request (on or after 1 October 2018). This solicitation includes Past Performance for evaluation [Technical]. The VA will review past performance information submitted and found for the offeror in government past performance systems for evaluation. Offers found with unsubstantiated unsatisfactory past performance records may be determined to be technically unacceptable. Past Performance will be evaluated and assessed as either acceptable or unacceptable. A formal site visit has not been scheduled for this solicitation. It is the responsibility of the offeror to understand the facility location prior to offering an offer. In no event, shall failure to inspect the service sites, constitute grounds for a claim after contract award. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 1 October, by 4:00 PM CST. Offers must submitted by email (see size limit note below) to Vance Farrell at vance.farrell@va.gov. (xvi) Questions regarding information in the solicitation must be submitted in writing to the Point of Contact (POC), Vance Farrell, by email at vance.farrell@va.gov. Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 5MB. Multiple emails can be sent to the POC for a proposal. If a proposal is sent in multiple parts, it is recommended that a confirmation request be included in the final email, for the POC to acknowledge that all (parts) of the proposal have been received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/36C25718U0061/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718U0061 36C25718U0061_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611097&FileName=36C25718U0061-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611097&FileName=36C25718U0061-000.docx
- File Name: 36C25718U0061 36C25718U0061 - SF1449.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611099&FileName=36C25718U0061-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611099&FileName=36C25718U0061-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718U0061 36C25718U0061_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611097&FileName=36C25718U0061-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;South Texas Veterans Health Care System;Pathology & Laboratory Medicine Service;7400 Merton Minter;San Antonio, TX
- Zip Code: 78229
- Zip Code: 78229
- Record
- SN05106133-W 20180928/180926231058-f1d6918f831484349cf00cc049cc247c (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 |