Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2018 FBO #6238
SOLICITATION NOTICE

U -- 605-19-2-6022-0148-Service-High Voltage Electrical Safety, Training-FMS (VA-19-00012419)

Notice Date
12/20/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0214
 
Archive Date
12/23/2018
 
Point of Contact
562-766-2249
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is 36C262-19-Q-0069, and a firm fixed price contract is contemplated. This procurement is UNRESTRICTED and the associated North American Industry Classification System (NAICS) code is 238990 Building and Property Specialty Trade Services with a business size standard of $15,000,000.00 Offers from capable and responsible sources that are authorized by the OEM will be considered. Firms offering a response to this notice should ensure that their VIP verification is active and their registration in the System for Award Management (SAM) database (https://www.sam.gov/portal/public/SAM/) is current and should ensure that the applicable NAICS code (NAICS Code 611519 Other Technical and Trade Schools) is included in the SAM profile prior to submission of quotations. NOTE: Interested parties are to submit their Capabilities Statement to the Contracting Office (No more than 5 pages, please) via email to omar.majette@va.gov no later than 12/26/2018 at 1:00pm PST. STATEMENT OF WORK AND CRITERIA FOR TITLE: TRAINING - FMS BACKGROUND INFORMATION: HIGH VOLTAGE ELECTRICAL SAFETY AND POWER GRID TRAINING & PREDICTIVE MAINTENANCE AND CONDITION MONITORING TRAINING OBJECTIVES: The purpose of this contract is to have a contractor provide High Voltage Electrical Safety for Power Grid and Predictive Maintenance and Condition Monitoring at the VA Loma Linda Health Care System during two (2) separate weekends in January 2019; preferably, January 12-13, 2019 and January 26-27, 2019. PERIOD OF PERFORMANCE: Approximately (4) total days. One (1) two-day training session will occur from January 12-13, 2019 and one (1) two-day training session will occur from January 26-27, 2019. Training must occur on onsite at the VALLHCS on Saturday and Sunday because employees need to perform FMS work during the standard work week, and may be called away from training to handle urgent matters/work orders, etc. PLACE OF PERFORMANCE: VA Loma Linda 11201 Benton St Loma Linda, CA 92357 LICENSING REQUIREMENTS: N/A SPECIFIC REQUIREMENTS: Schedule with Contracting Officer Representative (COR) or Designee five (5) business days in advance prior to start of work. Prior to start of job, all personnel shall have a valid Loma Linda PIV badge Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. Contractor will coordinate with the local VA Loma Linda Health Care System GEMS Coordinator. OSHA Regulations, www.osha.gov NFPA, www.nfpa.org Training will be provided by the vendor to VALLHCS employees; specifically, it is expected that between (10) and (20) employees will attend the training. As of 11/5/2018, (2) employees signed up for High Voltage Electrical Safety for Power Grid training and (12) employees signed up for Predictive Maintenance and Condition Monitoring training. All classroom materials must be included for up to (20) total employees in each class. FMS, VA Loma Linda Health Care System may send additional training participants above and beyond the (20) total employees at no additional cost; however, it is understood that these employees will not receive class materials. The trainers must come to the VA Loma Linda Health Care System to conduct the training of the FMS, VA Loma Linda Health Care System. VA Loma Linda Health Care System will not provide lodging, meals, etc. to the trainers. VA Loma Linda Health Care System will provide an auditorium space with a screen. Vendor must provide their own training materials, projector, etc. Vendor must provide training completion certificates to include the specified CEUs (i.e., 1.6) to all successful training participants. Vendor must provide an attendance roster to track training attendance and completion. Vendor must provide VALLHCS attendance roster and training completion certificates upon completion of training on Day 2 of each training session. High Voltage Electrical Safety training must include, but is not limited to: Day 1: OSHA standard, electrical current, electrical shock, arc, blast, electrical hazards, electrical lockout/tagout, de-energized equipment, electrical safety work practices, energized equipment and circuits, PPE, enclosed spaces, ladders & platforms, excavations, hand & power tools, material handling & storage, inspection of test instruments, working on or near energized equipment. Day 2: Ground fault, interrupters, ground fault protection systems, clearance distances installed, electrical equipment, de-energizing lines, test & test facilities, overhead lines, line clearance, communication facilities, maintenance of electrical equipment, grounding, underground electrical installations, power generators, and substations. Predictive Maintenance and Condition Monitoring training must include, but is not limited to: Day 1: Predictive Maintenance Program Types, Failure Rate versus time, sixteen PdM Program Benefits, four foundations for Improving Reliability, Comparing Maintenance Strategies Based on Cost Availability, Basic Concepts of FMEA and FMECA, Techniques for Identifying Probability and Costs of Equipment Failure, Using Maintenance Log Data, Root Cause Analysis for Beginners, How to Sell Root Cause Analysis to Management. Day 2: The Relationship between availability and Reliability, Down-Time Analysis, Review of PdM Technologies, How PdM Technologies Integrate with RCM Reliability Centered Maintenance, How to Write a PdM Return on Investment Report, On-Line Monitoring for Instant Machine Condition Diagnostics, The Future of Predictive Maintenance, Case History, etc. ALL supporting documents (i.e., invoice) will be provided via electronic and hard copy to: CHIEF, FACILITY MANAGEMENT SERVICE FMS VALLHCS 11201 BENTON STREET LOMA LINDA CA 92357 SECTION C CLAUSES Following Clauses and Provisions apply to this procurement: FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Oct 2015 FAR 52.209-11 Representation by Corporations Regarding Delinquent Tac Liability or a Felony Conviction under any Federal Law Feb 2016 FAR 52.211-14 Notice of Priority Rating for National Defense Emergency Preparedness & Energy Program Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Apr 2008 FAR 52.212-1 Instructions to Offerors - Commercial Items Jan 2017 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I (Oct 2014) Nov 2017 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jan 2017 INSTRUCTIONS TO VENDOR Prospective vendors shall submit quotes by 1:00 PM PST, 10/05/2018; and are to be submitted via the following methods: Electronic Mail (E-Mail): omar.majette@va.gov FAR 52.212-2 Evaluation -Commercial Items Oct 2014 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical ability to meet specifications, past performance and price. Offerors shall provide specifications and other necessary information to demonstrate it meets the requirements of this solicitation (e.g. pictures, websites...). Offerors shall provide name, title and phone number of principal for no less than three prior or current contracts for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum to 52.212 2 Evaluation of Commercial Items a. BASIS FOR CONTRACT AWARD: This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) procedure to make a best value award. A decision on the technical acceptability of each offeror s quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. While the Government will strive for maximum objectivity, the technical go/no go process, by its nature, is subjective; therefore, professional judgment is implicit throughout the evaluation process. The Government intends to make an award based on the initial quotations. If further questions are required, the contracting officer may contact the offeror or offerors. Award will be made to the responsible offeror whose quotation conforms to all solicitation requirements, such as terms and conditions, representations and certifications, technical requirements, and also provides the best value to the Government based on the results of the evaluation described in paragraph (b) below. (b) The LPTA evaluation process will be accomplished as follows: (1) Technical Acceptability. Each offeror s technical quotations will be evaluated to determine if the offeror provides a sound, compliant approach that meets the requirements of Part 5 of the Performance Work Statement and demonstrates a thorough knowledge and understanding of those requirements. An evaluation rating of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical quotations evaluation. If an Offeror receives a technical rating of Non-Acceptable they will not be considered for award. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Jan 2017 (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 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)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 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: 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 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 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 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-18 Availability of Funds Apr 1984 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.217-7 Option for Increased Quantity - Separately Price Line Item Mar 1989 The Government may require the delivery of the numbered item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days before contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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): https://www.acquisition.gov/browsefar The following VAAR clauses are also applicable to this acquisition: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of California. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0214/listing.html)
 
Record
SN05179965-F 20181222/181220230035 (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.