SOLICITATION NOTICE
J -- Boiler BEI Testing and Boiler Tuning Roseburg VAHC
- Notice Date
- 3/1/2022 3:57:54 PM
- Notice Type
- Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26022Q0265
- Response Due
- 3/17/2022 9:00:00 AM
- Archive Date
- 04/16/2022
- Point of Contact
- Jeffrey A Hansen, Contract Specialist
- E-Mail Address
-
jeffrey.hansen2@va.gov
(jeffrey.hansen2@va.gov)
- Awardee
- null
- Description
- ?.## ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Annual Testing and Tuning Boiler Plant Roseburg VAMC Evaluation Commercial Items Basis of Selection 1. Contract Type: The contract will be firm fixed price. The Government intends to select one Contractor for the subject solicitation. Please note the following changes, clarifications, or additions to the terms in various provisions and clauses included in this solicitation. 2. Responsive and Responsible: The Government will award a single FFP contract resulting from the solicitation to the lowest priced responsible offeror whose offer will be most advantageous to the Government. Factors used to evaluate offers will be price. Source selection will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures, as supplemented by the Department of Veteran Affairs Acquisition Regulation. 3. Basis for Contract Award: 3.1. As a basis for award, trade offs between price and non price factors are not permitted. To be considered for an award, the quote shall conform to all terms and conditions contained in the Request for Quote (RFQ). 3.2. Award for All of the Work. The Government intends to award one (1) contract as a result of this solicitation. Offers received for less than the stated number of items listed in the Schedule will be considered ineligible for award. As set forth in FAR 52.212 1 (g), the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror s initial quote should contain the offeror s best terms from a cost or price stand point. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. 4. SAM Registration: The Offeror must be registered in the System for Award Management (SAM) system in the NAICS code stated on the SF1449. No contract will be entered into with an unregistered contractor. Internet access allows you to register by completing an electronic on line registration application at https://www.sam.gov/SAM/. 5. Site Visit: The Government will hold a site visit at the 913 NW Garden Valley Blvd, Roseburg, OR 97471 on 10 March 2022 beginning at 10AM (PDT). Attendance is at the offerors expense. Please submit in writing the names of the attendees by e-mail to Jeffrey.hansen2@va.gov prior to 09 March 2022. 5.1 If no one provides notice of attendance, the site visit will be cancelled. No other site visits will be scheduled or authorized. 5.2 Offerors or contractors are urged and expected to inspect the site where the work will be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. The purpose of the site visit is to eliminate any possible misunderstandings of the terms of the contract. 5.3. When you arrive at the clinic, let the receptionist know you are there to meet Mr. Tracy Buchta, or call 541-440-1000 x44327. 6. VetBiz Verification: This solicitation is set-aside for Service Disabled Veteran-Owned Small-Business. Offerors must be verified as SDVOSB by the Center for Verification and Evaluation (CVE) to be considered. 7. Questions: Questions to this RFQ shall be submitted via electronic mail to the Contract Specialist, Jeffrey Hansen, jeffrey.hansen2@va.gov. Questions shall be accepted until 9AM Pacific on 15 March 2022. The Government is not obligated to respond to any questions received after that date and time. All questions received within the designated timeframe that the Government considers relevant, will be answered. Responses to questions will be provided as amendment to the RFQ that will be made available to all potential Offerors. Telephonic inquires will not receive a response. 8. Quote Preparation Instructions: 8.1. Specific Instructions: Submit signed and dated offers to Contract Specialist, Jeffrey Hansen, Jeffrey.hansen2@va.gov All Quotes shall be legible and prepared in the following general format to be properly evaluated. Submit offers no later than 17 March 2022 to Jeffrey.hansen2@va. Offers shall be complete, self sufficient, and respond directly to the requirements of this solicitation. 8.2. Format. Part I: Executed Request for Quote Part II: Price Part III: Special Standards of Responsibility 8.3. Part I Executed Request for Quote. 1. The offeror shall provide the title page to include solicitation number, company name, address, phone number, and authorized company representative s name, e mail, and phone number. 2. The offeror shall provide the name, title and telephone number of the company/division point of contact regarding decisions made with respect to your quote and who can obligate your company contractually. 3. A signed Standard Form 1449 (SF 1449), page 1 of the solicitation. Complete blocks 17a (block 17a must include a Dun and Bradstreet number,), 17b, 30a, 30b, and 30c, as applicable. 4. Acknowledgement of amendments issued since the original solicitation date, if applicable. Acknowledgement of amendments is made on page 3 of the solicitation. If applicable, complete blocks 8, 15a, 15b, and 15c). 5. SAM is an e Government initiative that was designed by the Integrated Acquisition Environment (IAE) to replace the paper based Representations and Certifications (Reps and Certs) process. Interested offerors shall complete all necessary fill ins and certifications concerning Offeror Representations and Certifications at FAR Provision 52.212 3 through the use of the SAM web site (http://www.sam.gov). Offeror shall complete and submit only paragraph (b) (2) of the FAR Provision 52.212 3 if the annual representations and certifications have been completed electronically. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete and submit FAR Provision 52.212 3. 8.4 Part II Price. 1. The price/cost schedule shall be submitted fully and completed error free. Provide unit price and total amount for each contract period and the proposed total contract amount for the base and all option years. Represent all final monetary extensions in two decimal positions only. Example: $0.27, not $0.27458. 2. Unit price and total amount cannot be left blank; indicate your intent not to charge a specific unit price/total amount by writing the unit price as $0.00 and the total/amount price as $0.00. 8.5 Part III Special Standards of Responsibility. The offeror shall provide a synopsis demonstrating an understanding of the requirements detailed in the statement of work. Offerors shall submit documents illustrating they are National Board Certified to inspect fire tube in-use boilers and pressure vessels mentioned in SOW. Offerors shall submit documentation illustrating they have at least three (3) years of experience with Performing in-use testing of fire tube boilers and combustion curve tuning. Offeror shall submit three (3) relevant references (relevant is defined in this RFQ as within the last 3 years) for which your company has provided similar services of the same scope and magnitude as this acquisition. Offeror shall submit proof of three years experience with the HAWK boiler control system. Offeror shall submit proof of all technicians certifications on Cleaver-Brooks Boiler Systems. Past performance will be evaluated using CPARS, as well as the past performance references. If an Offeror does not have past performance available in CPARS, the past performance references will be used exclusively. Government databases and previous Project Owners/CORs may be contacted as references. The Government may research offeror performance on any federal, state, local, and commercial contracts of the offeror that is known to the Government, but not included on a submitted reference. Additionally, the personal experience and evaluator knowledge of offeror performance may be utilized.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/625c16b8b9b84e2b89bff1cdb32e2740/view)
- Record
- SN06253477-F 20220303/220301230059 (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 |