DOCUMENT
J -- SERVICE TO PERFORM ANNUAL MEDICAL GASES AND VACUUM TESTING AND CALIBRATION TO INCLUDE SOURCE EQUIPMENT ALARMS AND OUTLETS - Attachment
- Notice Date
- 10/30/2018
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;WJB Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- 36C24719Q0038
- Response Due
- 11/9/2018
- Archive Date
- 11/19/2018
- Point of Contact
- MARK WEST @ JEFFREY.WEST3@VA.GOV
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Commercial Services General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24719Q0038 Posted Date: October 29, 2018 Original Response Date: November 9, 2018 Current Response Date: Product or Service Code: J099 Maintenance/Repair/Rebuild of Equipment - Miscellaneous Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 811310 Commercial and Industrial Machinery and Equipment Repair and Maintenance Contracting Office Address William Jennings Bryan Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 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. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 36C24719Q0038. 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 W.J.B. Dorn VA Medical Center is seeking services PERFORM ANNUAL MEDICAL GASES AND VACUUM SYSTEM INSPECTION TESTING AND CALIBRATION TO INCLUDE SOURCE EQUIPMENT ALARMS AND APPROXIMATELY 1660 OUTLETS to include all materials, tools and equipment required to complete inspections in accordance with Statement of Work. All interested companies shall provide Quotations for the following: STATEMENT OF WORK ANNUAL INSPECTION, TESTING AND CERTIFICATION MEDICAL GASES SYSTEM 1. GENERAL: The Contractor shall provide all plant, labor, equipment, materials, supervision, repair/replacement parts and transportation necessary to perform annual medical gases and vacuum systems inspections, testing and certification at the Department of Veterans Affairs, William Jennings Bryan Dorn (WJBD) Veterans Administration Medical Center (VAMC) located in Columbia, South Carolina. 2. BACKGROUND: The WJBD VAMC is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annual the medical center serves approximately 63,000 patients. Satellite outpatient clinics are in Anderson, Florence, Greenville, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: The period of performance shall be for one year from the time of award with the option of 4 additional years of service. 4. PLACE OF PERFORMANCE: William Jennings Bryan Dorn VA Medical Center Buildings 100, 100A, 103, 114-MRI 6439 Garners Ferry Road Columbia, South Carolina 5. SCOPE: a. The Contractor shall provide all plant, labor, equipment, materials, repair/replacement parts and transportation necessary to perform annual medical gases and vacuum systems inspection, testing and calibration. b. The Contractor shall test and certify all alarms associated with systems panels, outlets in rooms and treatment areas, require inspection, testing and certification, zone valves, manifolds, pumps and compressor systems. c. The Contractor shall make minor repairs to outlets that are found to be defective during the inspections, in order to test and certify the outlet. d. Tests shall be conducted in accordance with and hospital procedures. e. The Contract shall provide a detailed report documenting test results and findings by location. f. All parts provided by the Contractor shall be new and made by the original equipment manufacturer for the specific equipment. g. The Contractor shall contact the Maintenance Foreman to schedule inspections, testing, and certification work. Basis of Award Project: INSPECTION OF BOILERS, FEEDWATER DEAERATORS A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low priced offer is found to be technically acceptable the evaluation process stops no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) Price. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. Technical. Technical Capabilities Statement referencing details in relationship to this requirement. All offers must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. Past Performance. Must provide a minimum of two (2) past performance experiences related to inspection services in this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. Each factor will be scored as Acceptable or Unacceptable as defined below. Offers will be evaluated against the SOW and the stated evaluation criteria. All offers are evaluated using the same standards. "Lowest Price, Technically Acceptable" Evaluation Standards Acceptable ALL of the minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. OFFEROR: __________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN SAM REGISTERED IN VIP AS SDVOSB TECHNICAL PAST PERFORMANCE PRICE (Not Rated) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 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 [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] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6, Protecting the Governments 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] 52.219.14, Limitations on Subcontracting [JAN 2017] 52.219-28, Post Award Small Business Program Representation [JUL 2013] 52.222-3, Convict Labor [JUN 2003] 52.222-19, Child Labor [OCT 2016] 52.222-21, Prohibition of Segregated Facilities [APR 2015] 52.222-26, Equal Opportunity [SEP 2016] 52.222-35, Equal Opportunity for Veterans [OCT 2015] 52.222-36, Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222.37, Employment Reports on Veterans [FEB 2016] 52.222-5, 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] Additional Clauses Required: 52.215-22, Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23, Limitations on Pass-Through Charges [OCT 2009] 52.217-8, Option to Extend Services [NOV 1999] 52.217-9, Option to Extend the Term of the Contract [MAR 2000] 52.237-1, Site Visit [APR 1984] 52.237-2, Protection of Government Buildings, Equipment, and Vegetation [APR 1984] 52.237-3, Continuity of Services [JAN 1991] 52.246-20, Warranty of Services [MAY 2001] 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-aside [JUL 016] 852-237-70, Contractor Responsibilities [APR 1984] 852.270-1, Representative of Contracting Officers [JAN 2008] 852.273-74, Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed, Technical Capabilities Statement in Reference to the Requirement, and Past Performance. All bid offers shall be sent to the: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a Firm-Fixed Priced Service 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 bid offers 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." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 10:00 AM EST November 9, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, jeffrey.west3@va.gov. No phone call shall be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24719Q0038/listing.html)
- Document(s)
- Attachment
- File Name: 36C24719Q0038 36C24719Q0038.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4659601&FileName=36C24719Q0038-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4659601&FileName=36C24719Q0038-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24719Q0038 36C24719Q0038.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4659601&FileName=36C24719Q0038-000.docx)
- Record
- SN05138381-W 20181101/181030230747-b687b8c17b1e7f8cf8dae414026bacc5 (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 |