DOCUMENT
J -- Caterpillar Emergency Generator repair to replace radiator and copper piping at San Francisco VAMC bldg. 205 - Attachment
- Notice Date
- 10/25/2018
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
- ZIP Code
- 89086
- Solicitation Number
- 36C26119Q0059
- Response Due
- 11/2/2018
- Archive Date
- 1/1/2019
- Point of Contact
- Thomas McLain 702-791-9000 x18929
- E-Mail Address
-
Thomas.McLain@va.gov
(thomas.mclain@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- . General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26119Q0059 Posted Date: 25 October 2018 Original Response Date/Time: 2 November 2018 / 3:00PM PDT Current Response Date: 2 November 2018 / 3:00PM PDT Product or Service Code: J061 Set Aside: Small Business NAICS Code: 811310 Contracting Office Address VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and Part 13, 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. This solicitation is a request for quotations (RFQ), and is 100% set aside for qualified Small Business sources. Award will be based on the Lowest Price Technically Acceptable (LPTA) quote for meeting or exceeding the requirements as stated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated 08-22-2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5M. Evaluation Criteria: Technically acceptability evaluation criteria will be on a pass or fail basis and based on the following: Contractor Capability Statement: Offeror s capability statement for meeting or exceeding the governments minimum requirement in accordance with the enclosed Statement of Work (SOW). Contractors who merely restate what is in the SOW will receive an unacceptable/fail evaluation rating. Past Performance: Contractor past performance will be based on review of CPARS and PPIRS for any uncorrected unsatisfactory or marginal reports for responsibility determination for performing this task. Unassigned ratings will be evaluated as neutral. The services required are covered under the Service Contract Act wage determination [Attach 001] for San Francisco, CA. The supplies and services are for the following: Services Line Item Description Qty/Unit Unit Price Total Price 0001 Radiator and copper pipe replacement for a Caterpillar Emergency Generator at the San Francisco VA Medical Center building #205 in accordance with the Statement of Work. **Vendors quote shall detail for what specific supplies and services are being provided. 1 JB $ $ STATEMENT OF WORK (SOW) EMERGENCY GENERATOR - REPAIR AND REPLACE RADIATOR AND COPPER PIPING 1. SCOPE: Demo and remove old radiator, remove coolant, disconnect supports, strap down for safety until crane lift. Electrical disconnect and reconnect new Plumbing disconnect and reconnect new Supply New Radiator + Delivery Cut/Replace 5 piping 30 up by ceiling Dispose of old coolant Fill with new coolant Secure in place with support bolts/Weld Large Fork Lift + Crane to Lift / maneuver The Contractor shall furnish a factory trained technician to conduct Emergency Repair Service for the government-owned equipment listed located at the Department of Veterans Affairs Medical Center, 4150 Clement Street, San Francisco, California, 94121. This contract does not include service calls needed to provide repairs and replacement parts. Equipment: Radiator and piping for a Caterpillar Emergency Generator/Engine Model 3412DITA/SN: AER00623/Rating 683 EKW. 2. POINT OF CONTACT: 2.1. (COR) Contracting Officer Representative Anthony M Oakley, Facilities Operations Chief, Engineering Service or his designee. 2.2. The Contracting Officer will delegate Contracting Officer's Representative(s) (COR) to monitor the Contractor's performance. The delegation will specify the limits of the COR's authority. 3. SCHEDULED REPAIRS: 3.1. This scope of work requests corrective service/replacement for Building 205 Radiator for Emergency Generator #6. The Contractor s service representative shall arrange the date and time of the replacement by contacting the Point of Contact or his/her designee. 3.2 The Contractor shall furnish necessary labor and material for the replacement of the Radiator for Emergency Generator #6, which was damaged by the elements. The Radiator has been degraded and leaking coolant and requires immediate replacement. Piping for this generator will need to be replaced as stated in line three (3) of scope of work. 30 Scaffolding will have to be constructed to reach placement of 4 diameter X 5 long copper piping that is damaged. 4. SERVICE REPORT: 4.1. The Contractor's service representative will report upon arrival to the Point of Contact or his/her designee. Upon completion of the work, the Contractor's service representative must report in person to the Point of Contact and must present a copy of his /her field service report signed by the Service using the equipment. This report must reflect date and time of service, name of company, contract number, and the name of the Contractor's service representative. As a minimum, this report must contain a detailed description of any services or repairs performed and must also include a listing of replacement parts, when applicable. The report shall also include any contractor's recommendations necessary to maintain the equipment in best operating condition. 4.4. BOTH THE CHECK-IN AND CHECK-OUT PROCEDURES DEFINED ABOVE ARE MANDATORY AND WILL BE STRICTLY ENFORCED. NOTE: Payment of invoices may be delayed if the appropriate reports are not properly completed and are not submitted to the Engineering Service as required above. 5. HOURS OF WORK: 5.1. Service for Repair service shall be provided during normal working hours of 8:00 A.M. to 4:00 P.M., Monday through Friday, except holidays. All emergency repairs shall be provided during normal working hours. 5.2. Holidays are those Federal holidays observed by the United States Government, i.e., New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day specifically declared by the President of the United States to be a Federal holiday. 6. PERFORMANCE: 6.1. All work performed shall be accomplished in accordance with manufacturer's instructions, including but not limited to, adjustments, calibrations, lubrication, cleaning, testing, replacement of worn or defective non-consumable parts, etc., required to keep the equipment in good operable condition. 6.2. Contractor guarantees all equipment covered in this contract for repair task. It shall be in optimum working condition at the contract expiration date provided that the Contractor is notified of any deficiencies at least(1) day before the contract expiration date. Any changes updates or retrofits made on any components or system shall be annotated on station equipment manuals or records. Service will also include recording all routine work; corrections on repair work in the equipment log. 8. AUTHORIZED SERVICE: 8.l. Only those services specified within are authorized under this contract. Before performing any service or repairs of a non-contractual nature, notify the COR. They will request authorization from the Contracting Officer, if appropriate. Only the Contracting Officer may authorize the additional services or repairs under a separate purchase order. The Contractor is cautioned not be made unless prior authorization is obtained. Any approved modification or repair to any equipment outside this Scope of Work must be handled via separate purchase order. 9. QUALIFICATIONS OF SERVICE ENGINEER: 9.1. Each Contractor Employee (Service Representative) assigned to provide services under this contract shall have the following minimum qualifications: At least three years experience maintaining equipment listed in paragraph 1.3. a. Formal training at manufacturer or manufacturer approved schools on the equipment cited in Paragraph 1.3 of this statement of work. 9.2. The Contractor shall furnish the COR certification of experience and training for each Contractor Employee (Service Representative) prior to them actually performing work under this contract. This evidence shall be provided at least two (2) working days prior to the Contractor Employee (Service Representative) being scheduled to provide services under this contract. This certification shall include a minimum of: Position(s) held; dates and locations Names of schools attended; dates attended and copies of certificates issued. 9.3. The VA reserves the right to refuse to allow any Contractor Employee to perform service under this contract. 9.4. A current list of all Contractor Employee(s) qualified to work under this contract as Service Representatives (evidence of experience and training reviewed by the COR will be maintained by the Contractor and new copies distributed to the Point(s) of Contact when changes occur. 10. HOURS OF WORK AND LEGAL GOVERNMENT HOLIDAYS Unless otherwise specified, all contract work is to be performed during regular administrative working hours, 8:00 am to 4:30 pm, Monday through Friday excluding the following listed holidays observed by Department of Veterans Affairs: New Years Day January 1 Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Fourth of July July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11th Thanksgiving Day Last Thursday in November Christmas Day December 25th 11. CHANGES The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The contractor shall communicate with the Contracting Officer in all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes, which will affect price, quantity, or quality of performance of this contract. In the event the contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustments will be made in the contract price to cover any increase in costs incurred as a result thereof. (End of SOW) Place of Performance: Address: 4150 Clement Street, Building 205 City - State: San Francisco, CA Zip Code: 94121 It is anticipated that a firm-fixed price purchase order will be awarded as a result of this synopsis/solicitation. The sources responding shall be capable and be able to meet all the qualification and licensing requirements for performing the tasks as stated herein. Award shall be made to the lowest price technically acceptable offeror meeting or exceeding the requirements of this solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following VAAR solicitation provisions apply to this acquisition: VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following FAR contract clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) 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 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict labor (June 2003) (E.O. 11755) 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) 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) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits WG-10 $32.53 + 33.4% 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) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item and totaled for all. All "quotations shall be sent to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 via email address at thomas.mclain@va.gov. This is an open-market combined synopsis/solicitation set aside for Small Business sources for services as defined herein. The government intends to award a purchase order award as a result of this combined synopsis/solicitation to a qualified Small Business source that will include the terms and conditions as set forth herein. Submission shall be received not later than 15:00 PDT on 2 November 2018 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086. Email quotes to thomas.mclain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 09:00 PDT on 2 November 2018 in order to render a response prior to the closing date and time of this solicitation. Point of Contact Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov. (End of Combined Notice)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/77c37b87ba9e2ad53b1b4340438e9e5e)
- Document(s)
- Attachment
- File Name: 36C26119Q0059 36C26119Q0059.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4653725&FileName=36C26119Q0059-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4653725&FileName=36C26119Q0059-000.docx
- File Name: 36C26119Q0059 Attach 1 - WD 15-5637 Rev 10 dtd 7-3-2018.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4653726&FileName=36C26119Q0059-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4653726&FileName=36C26119Q0059-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26119Q0059 36C26119Q0059.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4653725&FileName=36C26119Q0059-000.docx)
- Record
- SN05134783-W 20181027/181025230737-77c37b87ba9e2ad53b1b4340438e9e5e (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 |