SOLICITATION NOTICE
H -- DC VAMC Medium & Low Voltage Electrical Distribution Switchgear Inspection & Preventative Maintenance
- Notice Date
- 2/28/2020 11:37:30 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24520Q0245
- Response Due
- 3/13/2020 12:00:00 AM
- Archive Date
- 05/12/2020
- Point of Contact
- Darren G. Morris, Contracting Officerdarren.morris@va.gov
- E-Mail Address
-
darren.morris@va.gov
(darren.morris@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- RFQ 36C24520Q0245 - Combined Synopsis-Solicitation for DC VAMC Medium & Low Voltage Electrical Distribution Switchgear Inspection & Preventative Maintenance Page 3 of 5 RFQ 36C24520Q0245 Combined Synopsis-Solicitation for DC VAMC Medium & Low Voltage Electrical Distribution Switchgear Inspection & Preventative Maintenance 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-04. This solicitation is set-aside for CVE verified Service-Disabled Veteran-Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 238210. with a small business size standard of $16.5 Million. The FSC/PSC is H259. The Veterans Health Administration (VHA) Network Contracting Office 5 (NCO-5) is seeking to procure services required for Medium & Low Voltage Electrical Distribution Switchgear Inspection & Preventative Maintenance. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Medium & Low Voltage Electrical Distribution Systems Inspection & Preventative Maintenance (IAW Statement of Work) 1 JB The purchase order period of performance is 1APR2020-31JUL2020. Work is expected to be completed within 45 days of start of on-site work, IAW the attached Statement of Work (SOW). Place of Performance/Place of Delivery Address: Washington D.C. VAMC 50 Irving St. NW Washington, DC Postal Code: 20422 Country: UNITED STATES Applicable Provisions and Clauses: The full text of FAR/VAAR provisions or clauses may be accessed electronically at: http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items , including the following addenda: 52.204-7, System for Award Management (OCT 2018); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); 52.216-1, Type of Contract (APR 1984). Fill-in information: firm-fixed price; FAR 52.212-3, Offerors Representations and Certifications Commercial Items . Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 (OCT 2018), including the following addenda: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 852.203-70 Commercial Advertising (MAY 2008) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.211-72 Technical Industry Standards (NOV 2018) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.223-71 Safety and Health (SEP 2019) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2020) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 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) 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). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020 2019) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O .s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). Payments: Payments will be made thru VA s Electronic Invoice Presentment and Payment System at http://www.tungsten-network.com/US/en/veterans-affairs/� All quoters shall submit the following: Required Items to be provided with quotation package Summary statement confirming understanding of work to be completed and acknowledgement of RFQ number to include amendments (if applicable). Schedule reflecting ability to complete the work within the allotted 45-day schedule period which will take place within the state period of performance. Pricing Relevant Past Performance (Min 3, Max 5) Valid proof of NETA Certification(s) All quotes shall be sent to the NCO-5 Contracting Officer, Darren G. Morris via email at darren.morris@va.gov . Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Comparative Evaluation will be conducted in accordance with FAR 13.106-2 (b)(3). Additional information pertaining to Comparative Evaluation below: What Comparative Evaluation is: It is the direct comparison of one quotation/offer with another in a uniform and fair manner to determine which quote/offer provides the Government what it needs, where and when as identified in the RFQ It is an assessment of which response is the best as a whole Once one quotation/offer is found acceptable, it is compared side by side to the remaining ones, and the best one is chosen What Comparative Evaluation is not: It does not individually evaluate quote/offers against specified evaluation factors It does not assign a rating using a color, numerical, or other rating methodology It does not require additional evaluation to determine if minimal advantage is worth a minimal or normal price difference, but not prohibited It is not a low price technically acceptable (LPTA) or trade-off process The following are the decision factors: Price Past Performance Technical Capability The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 4:00 PM (Eastern) on March 13, 2020 at Darren.morris@va.gov . Although it is discouraged, a quoter may submit a hard copy of their quote. If a quoter is limited to only being able to submit a hard copy, please contact the Contracting Officer at least 2 days prior to the closing of the RFQ. 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 Point of Contact listed below. Point of Contact Darren G. Morris Contracting Officer DC Services and 101 Central Office Department of Veterans Affairs RPO East NCO-5 Network Contracting Activity 1 Medical Center Drive, Clarksburg, WV 26301 Phone: 304-623-3461, ext. 4106 Fax: 304-623-7637 darren.morris@va.gov Attachments to this Combined Synopsis/Solicitation: Statement of Work: S02 SOW for Switch gear Testing and Maintenance update 27FEB2020.pdf One-Line Diagram: S02 Transformer Room One Line Diagram MOD Model (1)_R.pdf SCA Register of Wage Determinations: S02 SCA Wage Determinations 2015-4075 Rev 12.pdf
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0a8088cee9dc4692a84f967f4b534931/view)
- Place of Performance
- Address: Washington DC, VA Medical Center;50 Irving St NW;Washington, DC 20422, USA
- Zip Code: 20422
- Country: USA
- Zip Code: 20422
- Record
- SN05575588-F 20200301/200228230311 (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 |