Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOLICITATION NOTICE

J -- Pond Pump Repair

Notice Date
5/13/2020 2:18:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0791
 
Response Due
5/20/2020 12:00:00 AM
 
Archive Date
06/09/2020
 
Point of Contact
Marie Irvin marie.irvin@va.gov
 
E-Mail Address
marie.irvin@va.gov
(marie.irvin@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION NOTICE 36C26220Q0791 Responses are due by 12:00 pm (PST), May,20 2020 1.COMBINED SYNOPSIS/SOLICITATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-87, dated March 07, 2016. Solicitation 36C26220Q0791 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued as open market, Unrestricted solicitation NACIS 238220 Plumbing, Heating and Air - Conditioner Contractors., $15.0 The Government is seeking a vendor who can provide Pond Pump Repairs for the VA Loma Linda Healthcare System. (see enclosed price/cost schedule). Place of Performance: VA Loma Linda Healthcare System11201 Benton Street, Loma Linda CA 92357 Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. This procurement is being conducted pursuant to FAR Part 13 procedures. In accordance with provision 52.212-2, the Government intends to award a contract resulting from this solicitation to the responsible offeror who offers the lowest price, whose price is found to be reasonable, and whose proposal does not take exception with any of the requirements for this procurement specified in the solicitation. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the name, address, telephone number of the offeror, firm s DUNS#, and total price. Offerors shall have completed FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items in Systems for Award Management SAM at www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. Submit all question(s) to marie.irvin@va.gov@va.gov. Ensure to reference solicitation # 36C26220Q0791 within subject line of the email. Quotes must be received by May 20, 2020, 12:00 pm (PST). Email quotes to marie.irvin@va.gov. Ensure to reference solicitation # 36C26220Q0791 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. 2. All questions or concerns can be address to Marie Irvin at marie.irvin@va.gov. 3. Required Equipment: The Veterans Integrated Service Network 22 (VISN-22), VA Loma Linda Healthcare System (VALLHS) is seeking a contractor that can provide the following: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB Yoemans Submersible Pump Model: YCE, S/N 7517010187 Pump #2 Labor: Lock out power and Valves, Drain Pump, Disconnect and Remove Pump 0002 1.00 EA Crane Rental and Operation GRAND TOTAL 4. STATEMENT OF WORK AND CRITERIA TITLE: Pond Pumps Repair BACKGROUND INFORMATION: The VALLHCS has (7) ponds on the facilities grounds. The ponds are equipped with (2) Yeomans Submersible Pumps, model # YCE, S/N 7517010187-1, used to circulate the pond water. The pumps are in a pump house, located below ground level on the Northwest area of the hospital. One of the pond pumps is damaged and is not working. OBJECTIVES: The purpose of this contract is to have a contractor remove Pond Pump #2 from the pump house and perform a complete diagnostic to determine the extent of the damage. The contractor is required to provide all personnel, tools, and equipment to do the following: Lock-out any power that s connected to the damaged pump. Disconnect any pipes, lines or valves needed to remove damaged pump. Drain the pump. Remove the pump from the pump house. Provide a complete diagnosis of the damaged pump. PERIOD OF PERFORMANCE: Work is to be completed within (30) days or less. All work must begin within (14) days of contract award. Work will be done during working hours; specifically, Monday through Friday from 6am-4:30pm. Work will be coordinated with all required parties, including, but not limited to, contractor, VALLHCS, GEMS Coordinator, Safety, COR, Chief, Maintenance and Operation, Supervisor, Structures, etc. Work timelines may be subject to change due to VALLHCS operational requirements. Contractor must be able to perform work with no additional charges within (14) days of contact by the designated VALLHCS Contracting Officer Representative (COR). PLACE OF PERFORMANCE: VA Loma Linda 11201 Benton St Loma Linda, CA 92357 LICENSING REQUIREMENTS: Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. Offeror must possess masks, gloves, safety eye wear, knee pads, safety toe boots, helmets, and safety vests. SPECIFIC REQUIREMENTS: a. Schedule with Contracting Officer Representative (COR) or Designee (48) hours in advance prior to start of work. b. Prior to start of job, all personnel shall have a valid Loma Linda PIV badge flash badge. c. Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. d. Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant. e. 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. f. Contractor responsible for clean-up, safe removal, and off-site disposal of items used during the project in accordance with all OSHA, GEMS, VA, etc. This includes, but is not limited to, clean up materials used during the project, discarded and non-compliant doors, door parts, etc. g. Contractor shall perform work in accordance with existing, relevant standards and codes to minimize the possibility of injury to personnel, damage to government property/equipment. h. Contractor will not damage existing infrastructure and/or healthcare system property/spaces (e.g., surfaces, stairwells, corridors, panels, walls, elevators, service areas, floors, carpet, road, pavement, etc.), including but not limited to, duct work, door frames, doors, electrical work, conduit, low voltage conductors, piping, CAT V cable, drywall, flooring, ceiling, plumbing work, lighting, and/or blocking ingress/egress routes. i. Damage to government property may result in additional action. j. Every effort will be made to safeguard and care for all human life and property. k. The Contractor shall furnish all labor, materials, supplies, tools, equipment, vehicles, removal devices, carrying containers, carts, flashlights, etc. Vendor will furnish the operators, module No changes will be made without COR consent. . Work completion may require entry is closed and/or limited access and/or confined spaces and/or off-hours, after hours, and/or weekend hours to support uninterrupted patient care, operations, and access. All pertinent regulations apply. The contractor must meet all compliance requirements (e.g., OSHA, industry, VA, VALLHCS, State, Federal, local, county, city, village, etc.). The contractor will provide a report of services and tests. The contractor will provide all required licenses, certifications, permits, documents, as required and requested. The contractor will provide all required, qualified, license, and certified labor, technicians, equipment, materials, tools, transport, supervision, safety requirements, personal protective equipment (e.g., safety boots, safety glasses/goggles, gloves, protective wear, masks, etc.). Contractor shall conform to following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here. OSHA Regulations, www.osha.gov NFPA, www.nfpa.org 5. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.va.gov, can provide the services, VA will set aside the underlying solicitation per 38 U.S.C. �8127.� 6. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. 97 The Non-Manufacturer Rule (NMR) in accordance with 13 CFR � 121.406, September 4, 2019 applies to this acquisition. a) For small business set-asides other than construction or service contracts the prime contractor that s supplying products to the government is required to cover at least 50 percent of the cost of manufacturing those products. The non-manufacturer rule is an exception to that requirement. The rule allows a small business to supply products it did not manufacture as long as those products come from another small business. b) A manufacturer is defined as a business that, with its own facilities, performs primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end product being acquired. In other words, a manufacturer makes or produces products. Businesses may qualify as a non-manufacturer if it meets the following criteria: Does not exceed 500 employees Is primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied Will supply the end products of a small business manufacturer or processor made in the United States, or obtains a waiver of such requirement See Title 13 Part 121.406 of the Code of Federal Regulations (CFR) for detailed information about the non-manufacturer rule. 4. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.va.gov, can provide the services, VA will set aside the underlying solicitation per 38 U.S.C. �8127.� 5. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. 6. The Non-Manufacturer Rule (NMR) in accordance with 13 CFR � 121.406, September 4, 2019 applies to this acquisition. a) For small business set-asides other than construction or service contracts the prime contractor that s supplying products to the government is required to cover at least 50 percent of the cost of manufacturing those products. The non-manufacturer rule is an exception to that requirement. The rule allows a small business to supply products it did not manufacture as long as those products come from another small business. b) A manufacturer is defined as a business that, with its own facilities, performs primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end product being acquired. In other words, a manufacturer makes or produces products. Businesses may qualify as a non-manufacturer if it meets the following criteria: Does not exceed 500 employees Is primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied Will supply the end products of a small business manufacturer or processor made in the United States, or obtains a waiver of such requirement See Title 13 Part 121.406 of the Code of Federal Regulations (CFR) for detailed information about the non-manufacturer rule. CLAUSES FAR Number Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) AUG 2012 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 PROVISIONS 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f7ba3aa7d23f4dd2b78947fa15c4e426/view)
 
Place of Performance
Address: Department of Veterans Affairs;Loma Linda Healthcare System;11201 Benton Street;Loma Linda, CA 92357
Zip Code: 92357
 
Record
SN05655900-F 20200515/200513230153 (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.