Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2020 SAM #6664
SOLICITATION NOTICE

N -- Install of 90 Thermal Mixing Valves in Bldg 2

Notice Date
2/25/2020 12:17:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0222
 
Response Due
2/28/2020 8:59:59 PM
 
Archive Date
03/09/2020
 
Point of Contact
Jerry ChoinskiJerry.choinski@va.gov
 
E-Mail Address
Jerry.Choinski@va.gov
(Jerry.Choinski@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis Solicitation Connecticut VAMC Facilities Installation of 90 Thermal Mixing Valves at the West Haven campus (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24120Q0222 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. (iv) This requirement is being issued as an SDVOSB Total Set-Aside. The associated NAICS code is 238220 Plumbing, Heating, and Air-Conditioning Contractors and small business size standard is $15 million. (v) The Government intends to award a firm-fixed price award for Installation of Thermal Mixing Valves. Please see the attached Performance Work Statement for full requirement details. (vi) The Contractor shall provide all resources necessary to provide Continuous Security Alarm System Monitoring Services IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details. (vii) The Place of Performance is the VA Connecticut West Haven Facility Location: Department of Veterans Affairs 950 Campbell Ave. West Haven, CT 06516 (viii) Provision at 52.212-1, Instructions to Offerors Commercial Items (Oct 2018), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (Oct) 2018; 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.215-70 Service-Disable Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)(DEVIATION); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). (ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors may submit their quotes electronically via email to Jerry.Choinski@va.gov . (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 27-February-2020 at 10:00 AM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. 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:� Price (Follow these instructions): Offeror will complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.� Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Act (SCA). Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items"", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).� Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement.� The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner.� Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. Contractor will provide a quality control plan, which explains the offerors approach to quality control and methodologies. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor.� For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). Verified SDVOSBs will receive a 10% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $90.00). Verified VOSBs will received a 5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). For Non-SDVOSBs/VOSBs: To receive some consideration under this Factor, an� Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB Subcontractors must be registered and verified in VIP database (http://www.VetBiz.gov) in order to receive some consideration under the Veteran s Involvement Factor. If a vendor submits a subcontracting plan where it will be using a SDVOSB, it will receive a 3.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). If a vendor submits a subcontracting plan where it will be using a VOSB, it will receive a 2.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50). (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.204-13 System for Award Management Maintenance (Oct 2018); 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018); 852.237-70 Contractor Responsibilities (APR 1984). Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable (Providence, Rhode Island VAMC Providence County WD 15-4083 (Rev.-10) was first posted on www.wdol.gov on 04/30/2019), Middletown WD 2015-4089 (Rev-10) first posted on 04/30/2019 and Barnstable (Rev-11) first posted on 05/21/2019, 52.222-55, 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due February 28, 2020 at 10:00 AM EST. RFQ responses must be submitted via email to Jerry.Choinski@va.gov. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Jerry Choinski (Jerry.Choinski@va.gov). Performance Work Statement Installation of 90 Chicago Thermal Flushable Thermostatic Mixing Valves Installation of 90 VA provided Chicago Thermal Flushable Thermostatic Mixing Valves in the following locations: Building 2: G119 1128 1280 2114 3104 5209 7180 G120 1101 1282 2107F 4133 5186 7205A 1210 1352 2240 3209 4135 5184 1210A 1351 2245 3185 4104 5217 1239 1330 2246 3168 4214 5223 1240 1300 2177 3217 4184 7128 1261 1288B 2178 3223 4223 7129 1213 1288A 2155 3150 5153 7156 1205 1287 2154 3108 5155 7178 1160 1286 2115 3131 5202 7181 Mixing valves to be installed completely under sink to the right side of sink drain, above cold water supply angle stop and as high as possible while still maintaining ability to operate thermal flushing bypass button and temperature adjustment knob and antitamper locking screw. Mixing valves to be hung using plastic anchors and screws. Plastic anchors being installed through porcelain or ceramic tile must be drilled using a tile bit to go through the tile. Stainless Steel Braided Flex tubing and hard copper tubing (chrome tubing where exposed) to be used to connect mixing valves from water supply and to sink. All tubing installation must be bent professionally, presentably as straight and square a possible. Upon completion of each individual mixing valve install the mixing valve piping will be thoroughly inspected for leaks and mixing valve set for water temperature to be between 100 degrees Fahrenheit and 110 degrees Fahrenheit. Room may be closed during mixing valve installation but must be reopened and fully operational at the end of each work day. All materials furnished and all work installed shall comply with codes, standards and recommendation of the American Society of Testing and Materials (ASTM), National Fire Protection Association (NFPA), and the State of Connecticut Building Code, The National Electric Code (NEC) and the International Plumbing code (IPC). Page 17 of 17 All Work will be done in a ""First class"" manner according to the best trade practices by licensed Tradesman according to trade. Work to be done to the satisfaction of the Chief Engineer (CE) or his designated authority. All work shall be done between the hours of 7:30am-4:30pm EST, Monday thru Friday, Holiday excepted unless other times are prearranged with the Chief Engineer. When the contractor's work interferes with Hospital functions (excessive noise, odors, dust etc.) or it cannot be contained within the area of work, the contractor will schedule said work at other than normal hours and as directed by the CE. Parking is rigidly controlled throughout the Medical Center. Adequate parking is available north of Building #1 in Lots P9, PlO, Pll and P12. Parking of the contractor or employee vehicles in other than this area will result in said vehicle being towed at the owner ' s expense, off the Medical Center Grounds. Contractor will Provide all parts, materials and equipment (except the mixing valves provided by the VA) required Install to install 90 Chicago Thermal Flushable Thermostatic Mixing Valves. Debris Removal upon completion of the project and as required daily, all materials and debris shall be removed from the stat ion. All materials of value removed from the project shall be turned over to the Government and shall be delivered to a storage site on station by the contractor. The CE will determine which removed materials have a value to the government shall be removed off station by the contractor and shall be disposed of in accordance with applicable State Environmental Protection Regulations. Guarantee: The Contractor shall guarantee all materials, equipment, and workmanship (except for the VA Supplied mixing valves) for a period of one year from date acceptance of entire project. During the term of the guarantee the contractor shall repair or replace all defective material or equipment (except for the VA Supplied mixing valves) within 24-hour notice without additional cost to the government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a259004130074ecf9fe5b6d3f7227fdf/view)
 
Place of Performance
Address: VA Connecticut;950 Campbell Avenue;West Haven CT 06516, USA
Zip Code: 06516
Country: USA
 
Record
SN05571749-F 20200227/200225230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.