SOLICITATION NOTICE
J -- RO 317 | SHUTTER REPAIR, ST PETE
- Notice Date
- 8/31/2020 4:08:32 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10E20Q0289
- Response Due
- 9/16/2020 12:00:00 AM
- Archive Date
- 10/01/2020
- Point of Contact
- Raymond Tracey, Contract Specialist, Phone: 716-430-4684
- E-Mail Address
-
raymond.tracey@va.gov
(raymond.tracey@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 8 of 8 COMBINED SYNOPSIS SOLICITATION 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. 36C10E20Q0289 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-08, dated 08-13-2020. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The applicable NAICS Code for this solicitation is 332321, Small Business Size Standard 750 Employees. Applicable wage determination 2015-4571 Revision 11 is incorporated. Contractor shall provide quote to repair shutter system in place. ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 0001 The contractor shall provide all supplies, services, equipment, tools, labor, facilities, transportation, and supervision to repair or repair shutters in place at St Petersburg Regional Office, in accordance with the attached Statement of Work. Period of Performance: Services must be begin prior to 30 September and be completed within 30 Days after receipt of order (ARO) FOB Destination. Site Visit can be requested and coordinated via email to RAFAEL.COSME1@va.gov with cc to raymond.tracey @va.gov 1 JB $___________ $___________ Description of Requirement (see attached SOW ) repair shutter system. Period of Performance: 30 Days after receipt of order. FAR 52.212-1, Instructions to Offerors Commercial Items (MAR 2020), applies to this solicitation. The following provisions and clauses are added as addenda: FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this solicitation. Offers will be 1. Technical: Quote meets requirements of RFQ SOW. 2. Past Performance: Send Past Performance Questionnaire to at least two federal state or city customers you have or had a contract for similar type of service. Have them send form directly to issuer email stated on RFQ. Send the attached Past Performance Survey to two or more of your current or past customers who have received same or similar type of request. Instructions are on the survey. 3. Price: Technical and past Performance are equal to price. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAR 2020) applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.228-5 Insurance Work on a Government Installation (JAN 1997) (a) Workers compensation and employer s liability. Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance policy, except when contract operations are so commingled with a contractor s commercial operations that it would not be practical to require this coverage. Employer s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. As prescribed in 37.110(b), insert the following clause in solicitations and contracts for services to be performed on Government installations, unless a construction contract is contemplated: Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor s failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. (End of clause) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. _X_ 852.203-70, Commercial Advertising. ___ 852.209-70, Organizational Conflicts of Interest. _X_ 852.211-70, Equipment Operation and Maintenance Manuals. ___ 852.214-71, Restrictions on Alternate Item(s). ___ 852.214-72, Alternate Item(s). [Note: this is a fillable clause.] ___ 852.214-73, Alternate Packaging and Packing. ___ 852.214-74, Marking of Bid Samples. __ 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. ___ 852.215-71, Evaluation Factor Commitments. ___ 852.216-71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. ___ 852.216-72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. ___ 852.216-73, Economic Price Adjustment State Nursing Home Care for Veterans. ___ 852.216-74, Economic Price Adjustment Medicaid Labor Rates. ___ 852.216-75, Economic Price Adjustment Fuel Surcharge. ___ 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements. _X_ 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. ___ 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. ___ 852.222-70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. ___ 852.228-70, Bond Premium Adjustment. ___ 852.228-71, Indemnification and Insurance. ___ 852.228-72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. _X_ 852.232-72, Electronic Submission of Payment Requests. ___ 852.233-70, Protest Content/Alternative Dispute Resolution. ___ 852.233-71, Alternate Protest Procedure. ___ 852.237-70, Indemnification and Medical Liability Insurance. ___ 852.246-71, Rejected Goods. ___ 852.246-72, Frozen Processed Foods. ___ 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements. _X_ 852.270-1, Representatives of Contracting Officers. ___ 852.271-72, Time Spent by Counselee in Counseling Process. ___ 852.271-73, Use and Publication of Counseling Results. ___ 852.271-74, Inspection. ___ 852.271-75, Extension of Contract Period. ___ 852.273-70, Late Offers. ___ 852.273-71, Alternative Negotiation Techniques. ___ 852.273-72, Alternative Evaluation. ___ 852.273-73, Evaluation Health-Care Resources. _X_ 852.273-74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: ___ 852.237-74, Nondiscrimination in Service Delivery. (End of clause) VAAR 852.219-74 Limitations on Subcontracting (JUL 2018) (DEVIATION) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records, or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (MAR 2020), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontracting Awards (OCT 2018) (8) 52.209-6 Protecting the Government s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (MAR 2020) (27) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) (29) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (30) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) (32) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (35) 52.222-50 Combating Trafficking in Persons (JAN 2019) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (1) 52.222-41 Service Contract Labor Standards (MAY 2014) (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (THIS IS NOT A WAGE DETERMINATION) EMPLOYEE CLASS WAGE + FRINGE BENEFITS 23160 Electrician Maintenance $20.41 (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) N/A N/A Offers are due not later than 16 September 2020 3:00 PM Eastern Offers must be submitted electronically to raymond.tracey@va.gov. For additional information, please contact the Contracting Officer, Raymond S. Tracey, by e-mail to raymond.tracey@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6704605a75f54a2ba92cf13c8098c139/view)
- Place of Performance
- Address: Department of Veteran Affairs Veteran Benefits Adminsitration St Petersburg VA Regional Office 9500 Bay Pines Blvd., St. Petersburg, FL 33744, USA
- Zip Code: 33744
- Country: USA
- Zip Code: 33744
- Record
- SN05780082-F 20200902/200831230146 (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 |