Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2020 SAM #6960
SOLICITATION NOTICE

H -- PM for Sprinkler System

Notice Date
12/17/2020 6:12:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0276
 
Response Due
12/31/2020 1:00:00 PM
 
Archive Date
01/30/2021
 
Point of Contact
James Rasco, Contract Specialist, Phone: 318-466-4366
 
E-Mail Address
james.rasco@va.gov
(james.rasco@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Attachment 2: Combined Synopsis/Solicitation Page 12 of 12 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25621Q0276 Posted Date: 12/17/2020 Response Date: 12/31/2020 at 3:00P.M. Central Product or Service Code: H312 Set Aside: 100% SDVOSB NAICS Code: 561621 Contracting Office Address 2495 Hwy 71 South Pineville LA 71360 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; Quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01 10/26/2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621- Security System Services (except locksmiths) with a small business size standard of $22 Million. This solicitation is set aside 100% for Service-Disabled Veterans Owned Small Businesses (100% SDVOSB set aside). The Overton Brooks VA Medical Center in Shreveport LA is seeking 5 and 20 Year Assessments of the Fire Sprinkler Systems and Equipment for the Main Hospital and Annex Buildings. All interested companies shall provide a quotation for the following: Fire Systems 5- and 20-year system assessments Overton Brooks VA Medical Center 510 E. Stoner Avenue Shreveport, LA 71101-4295 5- and 20-Year Assessments of the Fire Sprinkler Systems and Equipment for the (Main Hospital & Annex Buildings). Scope of Work Overton Brooks VA Medical Center (OBVAMC) requires the professional services of a contractor to perform the five (5) year fire system tamper internal and obstruction valve system assessment, hydrostatic testing of Fire Department Connections, and the twenty (20) year fire sprinkler testing, and certification. The assessment is to include, all testing, certification, labor, material, tools and equipment necessary to perform inspections, testing, and certification of the systems and equipment for the Main Hospital & Annex Buildings located at 510 E. Stoner Ave. Shreveport, LA. Assessment, testing, and certification will address: All required systems located in or on the 12 buildings on campus: Buildings 1, 2, 3, 4, 6, 16, 29, 33, 36, 42, 55 & 57. Building(s) floors and square footage is as follows: Bldg. 1 - 12 floors, 557,887 square feet, Bldg. 2 - 1 floor, 15,198 square feet, Bldg. 3 - 1 floor, 7,538 square feet, Bldg. 4 - 1 floor, 4,405 square feet, Bldg. 6 - 2 floors, 4,948 square feet, Bldg. 16 - 1 floor, 3,000 square feet, Bldg. 29 - 1 floor, 3,200 square feet, Bldg. 33 - 1 floor, 6,121 square feet, Bldg. 36 - 1 floor, 4,125 square feet, Bldg. 57 - 2 floors, 13,400 square feet. Assessments: A 20-year sprinkler head assessment/testing will be conducted for interior and exterior buildings. Assess and test as required by the date of manufacture stamped on the sprinkler head and head type. The following areas have been installed within or less than the last 20 years: South Wing (Basement, 1st and 2nd floors), 1 North (ER), Pharmacy Area (including Clean Rooms), Main Lobby, Ambulatory Care Annex (FL 1 & 2), 2 West (Training Rooms), 2 North (Lab), 2 West (Canteen), 3 East, 3 West (including all ORs), 4 East, 10 East, 10 North, Bldg. 42, Bldg. 55, and Bldg. 57. Four (4) sprinkler heads per system/wing or 1% of the system area; whichever is the larger number will be removed and sent to a laboratory for testing. The sprinkler heads that are removed for testing will be replaced with the appropriate temperature rated head and the system will be returned to normal operations. The cost of replacing heads which fail the laboratory test from a particular system is not covered by this contract. Five year internal and obstruction assessment of Tamper Valves (78) - Valves are located: Bldg. 1 tamper valves are located on each standpipe system, on each floor in the building. For bldg. s 3, 4, 6, 16, 29, 33, & 36, tamper valves are located interior of the building at/on the ground floor riser. The sprinkler riser for the area will be drained, valves removed and internal assessment for evidence of foreign material or corrosion will be performed. Upon completion, the valves will be re-installed and the riser re-filled with water with the system returned to normal operating parameters. The system will be re-filled using the jockey pump of the fire pump system. If a section fails, the replacement of the particular system piping is not covered by this contract. At the completion of this assessment, per NFPA 25 14.2.1.2, contractor will complete a risk analysis and make a determination if the frequency of future assessments can be greater than 5 years. Five Year Hydrostatic Pressure Testing of Fire Department Connections: Fire Department Connections (FDCs): 13 FDCs are located on the exterior walls of: Bldg. 1 (3), Bldg. 2 & 3 (1), Bldg. 4 (1), Bldg. 6 (1), Bldg. 16 (1), Bldg. 29 (1), Bldg. 33 (1), Bldg. 36 (1), Bldg. 42 (1), Bldg. 55 (1) & Bldg. 57 (1). Per NFPA 25.13.8.5, a hydrostatic test will be performed at not less than 10 bar (150 psi) for 2 hours. SAFETY CONSIDERATIONS: Contractor s workmen shall obtain and utilize all safety items required to ensure all safety requirements are in accordance with OSHA and other applicable regulations during all phases of work performed.  DELIVERABLE: All testing reports/certifications shall be in The Joint Commission Format. Reports will be formatted to the sprinkler system barcode system to allow the report to be entered into a real-time tracking system. PERIOD OF PERFORMANCE Period of performance is FY2021. NOTES:  Most work is to be performed during the duty hours of 7:30 AM and 4:30 PM, Monday through Friday, exclusive of Federal holidays.  However, if any work is required to be performed outside of normal working hours approval of the COR will be required. Contractor will not be allowed to use Government tools, materials, and/or labor for this project. At no time, will greater than 1 section be without sprinklered fire protection for more than 10 hours without an interim life safety measure. Systems will be tested in sections based upon their riser location. PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 5 and 20 Year Fire System Assessments 1 JB $________ $________ Total Price: $___________ *The Government intends on sending the lowest price quote to technical evaluation. After the solicitation closing time and date. In the event the lowest price quote is not technically acceptable. The next lowest quote will be sent for evaluation. The full text of FAR provisions or clauses may be accessed electronically at http://www.acquisition.gov/comp/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following solicitation provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items JUN 2020 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2020 52.204-7, System for Award Management OCT 2018 52.204-16, Commercial and Government Entity Code Reporting JUL 2016 852.209-70, Organizational Conflicts of Interest JAN 2008 852.270-1, Representatives of Contracting Officers JAN 2008 *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: 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 52.204-9, Personal Identity Verification of Contractor Personnel MAY 2020 52.204-13, System for Award Management Maintenance OCT 2018 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.252-2, Clauses Incorporated by Reference (FEB 1998) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) The following provisions and clauses apply withing this clause. 852.203-70, Commercial Advertising 852.209-70, Organizational Conflicts of Interest 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72, Electronic Submission of Payment Requests 852.270-1, Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.237-75 Key Personnel (OCT 2019) [solicitations & contracts when the contract will require the contractor to designate contractor key personnel] 852.242-71, Administrative Contracting Officer. OCT 2020 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2020) The following subparagraphs of FAR 52.212-5 are applicable: (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2020) (31 U.S.C. 6101 note). (21) 52.219-27, (22)(i) 52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2)). (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (35)(i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). (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) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). (C)(1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). (C)(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (C) (7) 52.222-55, Minimum Wages Under Executive Order 13658 (NOV 2020). (C) (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a Firm Fixed Price 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:"" Quoter shall list exception(s) and rationale for the exception(s). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to James Rasco at james.rasco@va.gov. INSTRUCTIONS TO OFFERORS This acquisition is being procured using Simplified Acquisition Procedures under the authority of FAR Part 13 procedures. This solicitation is 100% SDVOSB Set-Aside. which includes all CLIN items being requested in the solicitation. The Government intends to solicit this requirement and award a subsequent contract without discussions, clarifications, or negotiations. However, if necessary, the Government will seek clarification and additional information for quotes that are submitted from any eligible offeror. Offerors are encouraged to provide their best quote initially because the opportunity to enter into discussions or to provide a better quote at a later time will not be possible. The Government intends to award to the offeror whose quote represents the best value to the government after consideration of all technical and price factors. FAR Part 52.212-2, Evaluation - Commercial Items:  does not apply to this solicitation.  Pursuant to FAR subpart 13.106-2, the Government will award a Firm-Fixed Price contract to a single successful contractor whose quote in response to this solicitation will be most advantageous to the Government. Award will be made to the lowest priced quote that meets or exceeds ALL requirements of this solicitation and the Statement of Work (SOW). In order to be considered for award, the vendor must submit the following items in its quote: INSTRUCTIONS FOR OFFER PREPARATION AND SUBMISSION Offerors shall submit their quote in two volumes as detailed in this section of the solicitation. All offers shall conform to the solicitation provisions and be prepared in accordance with this section. Offers shall be clearly and concisely written as well as neat, indexed (cross indexed as appropriate) and be logically assembled. All pages shall be appropriately numbered, and the font chosen should be easily readable. Each volume will be separated by section and will include a Table of Contents identifying each section. OVERALL ARRANGEMENT OF OFFERS Volume 1 will contain responses to Technical Capability evaluation criteria. Technical Capability is comprised of the following factors: A. Relevant Experience, B. Personnel Qualifications, Capabilities, and Certifications, and C. Schedule. This volume will be clearly marked on the outside and on the cover page with the Offeror s name, the solicitation number, and the title Technical Proposal. Such input/feedback is necessary to ensure that potential offerors are specifically addressing the specific requirements of this solicitation and the SOW in relation to their relevant qualifications and related experience to this requirement. Volume 1 must not contain any pricing information. Volume 2 will contain the information required under the price factors listed below. This volume will be clearly marked on the outside and on the cover page with the Offeror s name, the solicitation number, and the title Price Proposal . a) Pricing shall be entered as required on the pricing schedule and totaled at the bottom of the pricing schedule. VOLUME 1 TECHNICAL Volume Technical Capability Offerors shall submit documentation to prove their capability to perform the services described in the SOW. Offerors should address all aspects of the statement of work in sufficient detail to show a complete understanding of the requirement and a well-formed plan to execute the tasks required. The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to. Relevant experience is defined as experience that is the same as, related to and/or or is similar to the current need requirement. The Offeror shall submit the following as part of Volume I: Factor A: Experience: The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to the SOW, in order to accomplish tasks/deliverables. Factor B: Personnel Qualifications, Capabilities, and Certifications The personnel required for the successful execution of this requirement are identified in the SOW. Offerors shall include as part of their submission a description of the skills, abilities, knowledge, and certifications of the personnel who will be responsible for carrying out tasks. Documentation which includes (but is not limited to) resumes, certifications, credentials, and education documents should be submitted that verifies the relevant experience, education, and knowledge of these individuals. Individuals shall demonstrate experience in projects of similar scope, nature, and duration, with examples if available. Personnel who will be provided to execute this requirement shall be available at the appropriate times and durations. Factor C: Schedule Offerors shall submit documentation to prove their ability to meet the performance schedule as defined in the SOW. Offerors shall be specific on their plan to ensure timely performance of all required tasks within the appropriate/necessary time windows that are outlined in the SOW. The Offeror's proposal shall demonstrate the Offeror's understanding of the requirements and describe how the Offeror proposes to meet anticipated/projected dates when completing these tasks. A projected schedule which indicates the ability to successfully complete tasks/deliverable (within the appropriate time windows) should be included. VOLUME 2 PRICE Volume Price Offeror shall include in this section the following items: a) Pricing entered as required on the pricing schedule and totaled at the bottom of the pricing schedule. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Evaluation Criteria Lowest Price Technically Acceptable Basis of Award: A Lowest Priced Technically Acceptable procurement is being conducted. As such, award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factor. Past Performance history will be considered for responsibility determination purposes only (FAR 9.104-1(c). The evaluation factors are as follows: Factor 1-Price Factor 2-Technical Under the technical factor, each offeror s responses will be evaluated on a pass/fail basis or acceptable/unacceptable basis. This determination will be based on the offeror demonstrating in its proposal a technical solution that minimally meets the technical requirements specified in the Solicitation s Statement of Work. Price will be evaluated for fairness and reasonableness. Factor 1 PRICE: Prices will be evaluated on the basis of price fairness and reasonableness. Factor 2 TECHNICAL CAPABILITIES/APPROACH: Offerors must submit relevant information demonstrating technical capability to satisfactorily perform the following requirement as expressed in the Statement of Work in the Solicitation. Point of Contact James Rasco Alexandria VAHCS 2495 Hwy 71 South Pineville LA 71360 james.rasco@va.gov OFFER SUBMISSION GUIDANCE: Quote Submission Guidance: Quotes shall be submitted via e-mail only to James Rasco at james.rasco@va.gov. Quotes shall be submitted on or before the close date/time as specified in this solicitation. Quotes are due no later than Tuesday, December 31st, 2020, by 3:00 p.m. CDT (Shreveport, LA). Late submissions, modifications, and withdrawals will be handled as described in provision 52.212-1(f) Instructions to Offerors Commercial Items. Any contractor submissions or requests for information about this RFQ received after the closing date and time of this solicitation (for any reason) are late and shall not be considered. It is unlikely that the solicitation close date will be extended so offerors are encouraged to respond on or before the close date with their best offer. Questions: All questions must be in emailed to james.rasco@va.gov and veronica.maskell@va.gov All questions must be received no later than 3PM(CST) 12/23/2020. All responses to questions will be incorporated into a written amendment posted on https://beta.sam.gov. The Wage Determination rates for this solicitation is Wage Determination No.: 2015-5191 and can be accessed at https://beta.sam.gov/search?index=wd . A""REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | Wage Determination No.: 2015-5191 Daniel W. Simms Division of | Revision No.: 11 Wage Determinations| Date Of Last Revision: 06/26/2020 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658 an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1 2015. If this contract is covered by the EO the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination if it is higher) for all hours spent performing on the contract in calendar year 2020. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ State: Louisiana Area: Louisiana Parishes of Bossier Caddo De Soto Webster ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 14.20 01012 - Accounting Clerk II 15.94 01013 - Accounting Clerk III 17.84 01020 - Administrative Assistant 19.06 01035 - Court Reporter 23.28 01041 - Customer Service Representative I 12.73 01042 - Customer Service Representative II 14.31 01043 - Customer Service Representative III 15.61 01051 - Data Entry Operator I 12.78 01052 - Data Entry Operator II 13.94 01060 - Dispatcher Motor Vehicle 17.86 01070 - Document Preparation Clerk 13.59 01090 - Duplicating Machine Operator 13.59 01111 - General Clerk I 11.69 01112 - General Clerk II 12.75 01113 - General Clerk III 14.32 01120 - Housing Referral Assistant 18.64 01141 - Messenger Courier 11.54 01191 - Order Clerk I 13.92 01192 - Order Clerk II 15.18 01261 - Personnel Assistant (Employment) I 15.63 01262 - Personnel Assistant (Employment) II 17.49 01263 - Personnel Assistant (Employment) III 19.49 01270 - Production Control Clerk 25.02 01290 - Rental Clerk 11.61 01300 - Scheduler Maintenance 14.95 01311 - Secretary I 14.95 01312 - Secretary The Wage Determination No.: 2015-5191 File is too large to include in the solicitation. See link below to access if needed. The Wage Determination rates for this solicitation is Wage Determination No.: 2015-5191 and can be accessed at https://beta.sam.gov/search?index=wd .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da6fb27c93e1418892d433e97cb7f4b7/view)
 
Place of Performance
Address: OVERTON BROOKES VA MC 510 E. STONER AVENUE SHREVEPORT LA 71101
Zip Code: 71101
 
Record
SN05876523-F 20201219/201217230115 (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.