MODIFICATION
J -- Emergency Generator PMs and Repairs West Haven and Newington VAMC
- Notice Date
- 1/7/2022 4:52:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24122Q0079
- Response Due
- 2/1/2022 8:00:00 AM
- Archive Date
- 04/02/2022
- Point of Contact
- Joshua.gallien@va.gov, Josh Gallien, Phone: 413-584-4040 X6460
- E-Mail Address
-
Joshua.Gallien@va.gov
(Joshua.Gallien@va.gov)
- Awardee
- null
- Description
- Combined Synopsis Solicitation West Haven / Newington Connecticut VAMC Emergency Generator Preventative Maintenance and Repairs. (i) 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. (ii) The solicitation number is 36C24122Q0079 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01. (iv) This requirement is being issued as an Open Market Unrestricted. The associated NAICS code is 811310 Commercial and Industrial Machinery and Equipment Repair and Maintenance and small business size standard is $8 million. (v) The Government intends to award a firm-fixed price award for Emergency Generator Preventative Maintenance and Repairs at the West Haven and Newington VAMC. Please see Attachment 1 PWS (Performance Work Statement) for full requirement details. Please complete Attachment 2 Price Schedule and submit with the quote submission. (Please note the period of performance is subject to change at the time of final award decision) (vi) The Contractor shall provide all resources necessary to provide Emergency Generator Preventative Maintenance and Repairs IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details. (vii) The Place of Performance is: West Haven VAMC 950 Campbell Ave West Haven, CT 06516-2770 Newington 555 Willard Ave Newington, CT 06111-2631 (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 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 (AUG 2020), 52.217-5 Evaluation of Options (JUL 1990), 52.229-11 Tax on Certain Foreign Procurements (JUN 2020), 52.233-2 Service of Protest (SEPT 2006), 852.215-72 Notice of Intent. to Re-Solicit (OCT 2019), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. (x) Provision Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2021) Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Joshua.Gallien@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. A site visit is scheduled for Friday January 14th, 2022 at 8:00 AM EST at the West Haven VA facility Building 15, meeting at the Reception Desk, Site Visit Point of Contact is Mr. Todd Spangler (203-516-8276) and Mr. James Gomme (203-623-7596) this site visit will cover the West Haven facility only. Please be advised that COVID-19 is a fluid situation and all participating vendors shall wear a face covering, and contractors must provide information on their vaccination status and comply with the requisite safety protocols. Visitors who are not fully vaccinated or decline to provide their vaccination status must provide proof of a negative COVID-19 test from no later than the previous 3 days prior to entry to a Federal building or in-person participation in a Federally hosted meeting, event, or conference. It is strongly encouraged that you Contact the Site Visit POC prior to arrival on station for any potential COVID-19 updates. Please provide email advanced notice to Joshua.Gallien@va.gov if you intend to attend the site visit. All questions shall be provided to Joshua.Gallien@va.gov , the cut-off date and time for receipt of questions is January 20, 2022 at 11:00 AM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete the attached Price Schedule. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items"", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information (phone number and email address); brief description of the work completed, and contract # (if relevant). Please utilize Attachment 3 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Performance Work Statement. We request your provide evidence of holding an OSHA 10 certificate, evidence of employee training, ASE certifications / internal (vendor training) etc. Contractor shall review, complete, and submit with the quote package Attachment 4-QASP (Quality Surveillance Plan). Contractor shall provide all current and relevant licenses and/or certifications for the State of Connecticut if applicable. Confirm within solicitation response that contractor spill prevention equipment will be available during services, and confirm that employees are trained in the proper use of spill prevention equipment. If you are planning to sub-contract some, all, or none or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort and complete Attachment 5 Subcontracting. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printer or Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52-204.18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), CL-120 Supplemental Insurance Requirements, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOC 2021), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors 852.215-71 Evaluation Factor Commitments 852.216-75 -Economic Price Adjustment 852.232-72 Electronic Submission of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 - Representatives of Contracting Officers 852.273-70 Late Offers 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018), 852.242-71 Administrative Contracting Officer (OCT 2020). Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). Verified SDVOSBs will receive a 2.0% price credit. Verified VOSBs will received a 1.5% price credit. For Non-SDVOSBs/VOSBs: To receive some consideration under this Factor, an Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate contract percentage values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB Subcontractors must be registered and verified in VIP database (http://www.VetBiz.gov) in order to receive some consideration under the Veteran s Involvement Factor. If a vendor submits a subcontracting plan where it will be using a SDVOSB, it will receive a 1.0% price credit. If a vendor submits a subcontracting plan where it will be using a VOSB, it will receive a .5% price credit. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.204-14, 52.209-6, 52.209-9, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.229-12, 52.232-33, 52.222-41 (Wage Determination Applicable (West Haven VAMC New Haven County WD 2015-4127 (Rev.-19) and Newington VAMC Hartford County WD 2015-4119 (Rev.-18), 52.222-42, 52.222-43, 52.222-55, 52.222-62. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due February 01, 2022 at 11:00 AM EST. RFQ responses must be submitted via email to: Joshua.Gallien@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Josh Gallien (joshua.Gallien@va.gov).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ba6a480325ab446fa88afce48c9d8653/view)
- Place of Performance
- Address: West Haven & Newington Connecticut See Performance Work Statement for Details
- Record
- SN06211693-F 20220109/220110105804 (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 |