SOLICITATION NOTICE
C -- Commissioning Agent Services for 6B Dialysis Suite
- Notice Date
- 3/16/2020 3:56:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q0439
- Response Due
- 4/2/2020 12:00:00 AM
- Archive Date
- 07/10/2020
- Point of Contact
- Monique Paltan Monique.Paltan@va.gov
- E-Mail Address
-
monique.paltan@va.gov
(monique.paltan@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 COMMISSIONING AGENT SERVICES FOR 6B DIALYSIS SUITE (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 - Simplified Procedures for Certain 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 will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24220Q0439. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. (iv) This procurement is being issued as Service Disabled Veteran Owned Small Business (SDVOSB) set aside open market solicitation. The North American Industry Classification System (NAICS) code is 541330 ENGINEERING SERVICES with a small business size standard of $16.5 Million. (v) The Contractor shall provide pricing for Commissioning Agent Services for 6B Dialysis Suite. Table is optional. Contractor can use their own pricing table. See table below: PRICING FOR COMMISSIONING AGENT SERVICES FOR 6B DIALYSIS SUITE. Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Period: Provide commissioning services to include reviewing design intent, reviewing submittals, producing pre-functional and functional checklists and tests, inspecting installations, witnessing tests, and generating a final report. Also review with facility staff the operation of commissioned systems. 1 JB Total Base Period: (vi) Description of requirement STATEMENT OF WORK Background: The Stratton VA Medical Center is currently seeking Commissioning Agent Services for a Project to Renovate the 6B Dialysis Suite. The project to renovate the 6th floor B-Wing includes renovation of the wing, replacement of two air handlers on the 6B roof, and work to be performed in the mechanical equipment room. The VA requires a Commissioning Agent (CA) to commission sprinkler system; plumbing including the dialysis and RO systems; heating, ventilation, and air conditioning including two (2) air handling units; electrical; communications; and fire alarm. Scope of Work: Contractor shall provide services to include reviewing design intent, reviewing submittals, producing pre-functional and functional checklists and tests, inspecting installations, witnessing tests, and generating a final report. Include the Veterans Affairs Contracting Officer Representative (VA COR) and ACE COR on all communications. The Commissioning Agent (CA) shall be responsible for organizing and leading the commissioning team, preparing commissioning plan, review pertinent submittals to verify mechanical, electrical, plumbing, and fire protection submittals satisfy the specified requirements, preparing all pre-functional and functional test procedures, coordinating all commissioning meetings, witness selected start-ups, prepare commissioning field observation reports and final commissioning reports, verify training of VA personnel, and returning to the project 10 months into the 12 month warranty period to review with facility staff the operation of the systems. The Commissioning Agent shall be responsible for revising the commission procedures as approved by the VA COR to suit field conditions. The commissioning authority will be a licensed professional engineer with a certification from ASHRAE Building commissioning Professional Certification; AEE Certified Building Commissioning Professional; or a similar professional commissioning certification. Safety Requirements The Contracting Officer or his/her designee will notify the CA of any noncompliance with the foregoing provisions and the action to be taken. The CA shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the CA or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the CA fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the CA in default. Period of Performance The period of performance will be 04/15/2020 to 03/17/2021 which matches the construction contract currently in place. Inspection The COR/POC will be on site to observe selected tasks of the pre-functional and functional checklists. These observations will be at the COR/POC s discretion and should not interfere with the CA s work. Drawings, and Other Attachments Contract drawings are available from the beta.sam.gov web site. Search for Renovation 6B for New Dialysis at the Albany Stratton VA Medical Center . The relevant drawings and specifications are included in the Sep 12, 2019 Current Date Offers Due file. The drawings and specifications are included under the Update Date of Sep 05, 2019. The drawing date is 2019-07-23. Contract Specifications for the Renovation of 6B Dialysis Suite are attached here. Other Related Services (Not Included in the Scope of Work) Any services not expressly stated in this statement of work are not authorized. Services such as Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the CA. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. Contracting Office Address: Department of Veterans Affairs VISN 2 Network Contracting Office New York NY Harbor Healthcare System 423 East 23rd Street New York, NY 10010 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: Department of Veterans Affairs Stratton VA Medical Center 113 Holland Avenue Albany, NY 12208 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018), applies to this acquisition. As a minimum, offers must show (1) The solicitation number 36C24220Q0439, (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) Remit to address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 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) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. (a)Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. Commissioning Agent must provide proof of a minimum of 5 years of commissioning experience with at least three projects having a total construction cost of $2,000,000 or above. Commissioning Agent must provide proof of being a licensed professional engineer with a certification from ASHRAE Building commissioning Professional Certification; AEE Certified Building Commissioning Professional; or a similar professional commissioning certification. Contractor must provide past experience in performing similar tasks. (2) Past performance - Contractor must provide three references for contract of similar scope and magnitude to be evaluated. The contractors Past Performance shall also be reviewed in Past Performance Information Retrieval System (PPIRS); Individuals with no past performance shall receive a neutral rating for this evaluation factor. (3) Price - The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (b) 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. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) 852.215-71 Evaluation Factor Commitments (SEP 2019) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-75 Key Personnel (SEP 2019) 852.270-1 Representatives of Contracting Officers (JAN 2008) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-54 Employment Eligibility Verification (Oct 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) 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) (xiii) The Service Contract Act of 1965 does apply to this procurement. The applicable wage determination is attached to this combined synopsis/solicitation. The Wage Determination for this locality is WD No.: 2015-4143, Revision No.: 13, Date of Last Revision: 12/23/2019. The Occupation Code description that applies to this Solicitation are: The following occupation codes may be applicable to the job at hand. Please see the minimum wage rates for these occupations. If you are proposing alternate job categories, please provide them. Regardless, of the occupation code, the rate must be detailed in the response for all pricing where labor hours are charged. Occupation code������������Description���������������������Rate�������� H&W����� Uniform 30081����������� ENGINEERING TECHNICIAN I���� $15.61������$4.54�� $0.67���$20.82 30082����������� ENGINEERING TECHNICIAN II��� $17.52����� $4.54��� $0.67���� $22.73 30083����������� ENGINEERING TECHNICIAN III���� $19.60�� � $4.54���� $0.67�����$24.81 30084����������� ENGINEERING TECHNICIAN IV���� $24.29�� � $4.54���� $0.67�����$29.50 30085����������� ENGINEERING TECHNICIAN V���� $29.71�� � $4.54���� $0.67�����$34.92 30086����������� ENGINEERING TECHNICIAN VI���� $35.94�� � $4.54���� $0.67�����$41.15 (xiv) N/A (xv) This is an open-market Total SDVOSB Set-Aside combined synopsis/solicitation for Commissioning Agent Services for 6B Dialysis Suite at the Stratton VA Medical Center as defined herein.��The government intends to award a 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 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:"" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 3 PM EST, Thursday April 2, 2020. The government shall only accept electronic submissions via email, please send all quotations to Monique.Paltan@va.gov. RFI s will not be accepted after Monday, March 23, 2020 at 12:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Monique Paltan, Contracting Officer, (212) 686-7500 Ext 6090; Monique.Paltan@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b209e0e5785d4adf93e973018b8601dc/view)
- Place of Performance
- Address: Department of Veterans Affairs;Stratton VA Medical Center;113 Holland Avenue;Albany, NY 12208, USA
- Zip Code: 12208
- Country: USA
- Zip Code: 12208
- Record
- SN05589823-F 20200318/200316230142 (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 |