Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2020 SAM #6923
SOLICITATION NOTICE

H -- 36C26221Q0104_Tri-Annual PMI, Testing, and Certification of Electrical Switchgear, VA Greater Los Angeles

Notice Date
11/10/2020 10:48:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0104
 
Response Due
12/1/2020 10:00:00 AM
 
Archive Date
01/30/2021
 
Point of Contact
NICHOLS, CECIL S., Contracting Officer, Phone: (562) 766-2267
 
E-Mail Address
cecil.nichols@va.gov
(cecil.nichols@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 3 of 3 This is a combined synopsis/solicitation for commercial services / 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, specifically FAR Part 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offered quotes are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2020-09, dated 10-26-2020. Solicitation # 36C26221Q0104 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed-Price (FFP) contract from this solicitation. The North American Industry Classification System (NAICS) Code is 811219 and the Small Business Administration s (SBA) size standard is $22 million for this procurement. This procurement will be issued as a 100% total set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB), see FAR Clause 52.219-27 and VAAR Clause 852.219-10. The Government seeks a Contractor shall provide all manner, means, methods, equipment, expertise, incidentals, labor, materials, parts, services, supervision, supplies, tools, transportation, and qualified personnel necessary to perform tri-annual PMI, testing, and certification of electrical switchgear per NETA standards, TJC, and VA Directive 1028 in accordance / compliance with current codes, directives, regulations, industry guidelines / standards, and Statement of Work (SOW) at/for the VA Greater Los Angeles Healthcare System. Testing shall conform to NETA standards and shall consist of cleaning, lubricating, and calibrating circuit breakers, protective relays, and any associated distribution equipment, including cleaning of all de-energized components, compartments, surfaces of the switchgear and related equipment. Records of the as found and the as left condition shall be provided in a binder. Three (3) copies of the test reports shall be provided to the VA POC within 30 calendar days of the completion of the testing. A summary of deficiencies and recommendations shall be included with the test report. Contractor shall perform electrical testing on 4160 transformers / circuit breakers by performing transformer Turns Ratio Test (TTR) and HiPot testing, all 480V circuit breakers, cleaning and lubrication, tightening all bussing and breaker connections, calibration and testing for correct voltage within GE relays. VAWLAHCS has four (4) Buildings 299, 304, 500 and 501; VASACC has two (2) substation locations; and VALAACC has one (1) substation. Places of Performance: VA Greater Los Angeles Healthcare System (VAGLAHCS), 11301 Wilshire Blvd, Los Angeles, CA 90073 which includes VA West Los Angeles Healthcare System (VAWLAHCS), VA Sepulveda Ambulatory Care Center (VASACC), and VA Los Angeles Ambulatory Care Center (VALAACC). Period of Performance: Thirty (30) Calendar Days. Provisions / Clauses: The following provisions / clauses to include but not limited to: 52.212-1, Instructions to Offerors Commercial; 52.212-2, Evaluation Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are applicable to this acquisition. Job Walk-Site Visit: Tuesday, November 17, 2020 at 8:00AM Pacific per RFQ 36C26221Q0104. Interested vendors will meet in front of Building 63 (right side of Eisenhower / Bonsall Avenues). Basis of Award: Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government meeting the special standards of responsibility. Offeror quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The Contracting Officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the Contracting Officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made or the Contracting Officer determines that no contract award can be made. The Contracting Officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The Contracting Officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the Contracting Officer to be in the Government s interest. In addition to the General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following Special Standard of Responsibility applies to this procurement: Offeror shall possess a Contractor Business License issued by a U.S. State or Territory in accordance with the current provisions of the State or Territorial Business and Professions Code. Offerors who fail to meet ANY Standards of Responsibility are not eligible for contract award. Submitting Offer: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and shall submit their offer using the Solicitation Price Schedule . Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB). It is the offeror s responsibility to ensure all required documents are included and completed as required by this solicitation. Offeror(s) shall submit their quotes to Cecil S. Nichols via email at cecil.nichols@va.gov. Ensure to reference solicitation # RFQ # 36C26221Q0104 Tri-Annual PMI, Testing, and Certification of Electrical Switchgear, VAGLAHCS in the subject line of the email. Submission Deadline: All offeror quotes shall be received by Tuesday, December 1, 2020 by 10:00AM Pacific local. Offeror quotes received after the prescribed deadline, may be considered non-responsive and may not be considered for award. Questions or Inquiries: For all/any immediate question(s) or concern(s) please contact Cecil S. Nichols via email at cecil.nichols@va.gov. Suspense date for job walk-site visit attending vendors is Tuesday, November 18, 2020 by 10:00AM Pacific local. See Attached Document: SF1449 RFQ 36C26221Q0104. See Attached Document: WAGE DETERMINATION RATES SCA WDN 2015-5614 REVISION 16.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/80b88c256bf1468d9bc9ab99a0226ce9/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS VA GREATER LOS ANGELES HEALTHCARE SYSTEM 11301 Wilshire Blvd, Los Angeles 90073-1003, USA
Zip Code: 90073-1003
Country: USA
 
Record
SN05850285-F 20201112/201110230145 (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.