Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2022 SAM #7464
SOLICITATION NOTICE

H -- Hudson Valley Intrusion Alarms Maintenance and Monitoring TIERED EVALUATION

Notice Date
5/6/2022 4:08:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24222Q0325
 
Response Due
5/24/2022 11:00:00 AM
 
Archive Date
07/23/2022
 
Point of Contact
Lisa Harris, Contract Specialist, Phone: Lisa.Harris4@va.gov
 
E-Mail Address
Lisa.Harris4@va.gov
(Lisa.Harris4@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. Request for Quote will be submitted through email on RFQ reference number 36C24222Q0325. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. This solicitation is being issued as a competitive, open-market TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: Evaluation will begin with offers, if any, submitted by (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority. if award cannot be made, the solicitation will be cancelled, and the requirement resolicited (for more information on tiered evaluation, see section 52.212-2). The associated North American Industrial Classification System (NAICS) code for this procurement is 561621: Security Systems Services (except Locksmiths) with a small business size standard of $22 Million. The FSC/PSC is H363: Inspection Alarm, Signal, and Security Detection Systems. The Hudson Valley Health Care System (HVHCS) and Community Based Outpatient clinics (CBOC s) are seeking to purchase monitoring, maintenance, and repair services for the currently installed Intrusion Alarm System. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Contractor shall perform monthly inspection and preventive maintenance of all CBOC surveillance systems. PoP = Base 4 MO 0002 The contractor shall provide monthly reports per Statement of Work. PoP = Base 4 MO 0003 The contractor shall pay central monitoring fees and maintain an account with central monitoring station to provide ongoing monitoring of the Intrusion Systems, devices, and panic buttons at the various CBOC Locations. PoP = Base 4 MO 0004 Pricing for unscheduled maintenance/repairs per hour. Funded with a modification. PoP = Base 1 HR BASE TOTAL 1001 Contractor shall perform monthly inspection and preventive maintenance of all CBOC surveillance systems. Option Year One (1) 12 MO 1002 The contractor shall provide monthly reports per Statement of Work. Option Year One (1) 12 MO 1003 The contractor shall pay central monitoring fees and maintain an account with central monitoring station to provide ongoing monitoring of the Intrusion Systems, devices, and panic buttons at the various CBOC Locations. Option Year One (1) 12 MO 1004 Pricing for unscheduled maintenance/repairs per hour. Funded with a modification. Option Year One (1) 1 HR OPTION YEAR ONE (1) TOTAL 2001 Contractor shall perform monthly inspection and preventive maintenance of all CBOC surveillance systems. Option Year Two (2) 12 MO 2002 The contractor shall provide monthly reports per Statement of Work. Option Year Two (2) 12 MO 2003 The contractor shall pay central monitoring fees and maintain an account with central monitoring station to provide ongoing monitoring of the Intrusion Systems, devices, and panic buttons at the various CBOC Locations. Option Year Two (2) 12 MO 2004 Pricing for unscheduled maintenance/repairs per hour. Funded with a modification. Option Year Two (2) 1 HR OPTION YEAR TWO (2) TOTAL 3001 Contractor shall perform monthly inspection and preventive maintenance of all CBOC surveillance systems. Option Year Three (3) 12 MO 3002 The contractor shall provide monthly reports per Statement of Work. Option Year Three (3) 12 MO 3003 The contractor shall pay central monitoring fees and maintain an account with central monitoring station to provide ongoing monitoring of the Intrusion Systems, devices, and panic buttons at the various CBOC Locations. Option Year Three (3) 12 MO 3004 Pricing for unscheduled maintenance/repairs per hour. Funded with a modification. Option Year Three (3) 1 HR OPTION YEAR THREE (3) TOTAL 4001 Contractor shall perform monthly inspection and preventive maintenance of all CBOC surveillance systems. Option Year Four (4) 12 MO 4002 The contractor shall provide monthly reports per Statement of Work. Option Year Four (4) 12 MO 4003 The contractor shall pay central monitoring fees and maintain an account with central monitoring station to provide ongoing monitoring of the Intrusion Systems, devices, and panic buttons at the various CBOC Locations. Option Year Four (4) 12 MO 4004 Pricing for unscheduled maintenance/repairs per hour. Funded with a modification. Option Year Four (4) 1 HR OPTION YEAR FOUR (4) TOTAL BASE PLUS OPTIONS TOTAL Description of requirement (See attached Scope of Work (SOW)): The contractor shall provide all materials and labor identified in the SOW. The purchase order/contract period of performance: Base Year shall be from: 06/01/2022 - 09/30/2022, with the provision of four (4), twelve (12) month option years. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1, and all offers shall reference: The solicitation number 36C24222Q0325; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined to be incomplete; Acknowledgment of Solicitation Amendments; Past performance information; and A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation; Provide a subcontracting plan, or a letter stating subcontracting will not be used. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 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) The provision at FAR 52.212-2, Evaluation Commercial Items (OCT 2014), SIMPLIFIED ACQUISITION PROCEDURES applies to this acquisition. Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered The following factors shall be used to evaluate quotations and are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is requesting or accepting alternate quotations. Additionally, a tiered evaluation process will be used setting aside for a Small Business firm follows regulations to meet our goals and fulfill the VA s mission to meet socioeconomic goals. A tiered evaluation process will be used. This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127; tiered evaluations. This solicitation is being issued as tiered evaluation with the following tiers (Reference PPM 2018-04): Tier 1: Service Disabled Veteran Owned Small Business Concerns. Evaluation will begin with offers, if any, submitted by Service Disabled Veteran Owned Small Business concerns. If no offers were submitted by other Service Disabled Veteran Owned Small Business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the set-aside for Service Disabled Veteran Owned Small Businesses. Tier 2: Veteran Owned Small Business Tier. VA will next evaluate the offers, if any, submitted by Veteran Owned Small Business concerns. If no offers were submitted by Veteran Owned Small Business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the set-aside for Veteran Owned Small Businesses. Tier 3: Small Business Tier. VA will next evaluate the offers, if any, submitted by Small Business concerns. If no offers were submitted by Small Business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the solicitation will be cancelled The evaluation will consider the following: Evaluation Factor 1: Technical Capability - Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualification of the offeror s capability statement. Provide a maximum 5-page capability statement demonstrating technical capability to meet all the requirements in the Scope of Work (SOW). Describe technician qualifications/experience in working with the equipment outlined in the SOW. Provide technician certification/s in OSHA course identified in SOW. Provide NYS Security or Fire Alarm Installer License identified in the SOW. Provide a safety plan detailing precautions in providing a safe work environment. Evaluation Factor 2: Past Performance - A measure of how well the offeror has performed these services. The VA shall conduct a performance risk assessment based upon the past performance of the offeror as it relates to the probability of successful accomplishment of the work required by the solicitation. The VA may use information available in its own files, from electronic databases such as the Past Performance Retrieval System (PPIRS), CPARS, DCMA or from any other source it deems appropriate. The Government will consider the offeror s record for delivery and quality as it relates to the probability of successfully performing the solicitation requirements. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete past performance information rests with the offeror. References: In accordance with FAR 52.212-1(b)(10) provide a list of no more than three (3) relevant contracts performed within the past three (3) years; completed and/or active. The VA may contact references and parties other than those identified by the offeror, and information received may be used in the evaluation of the offeror s past performance. Offerors should not provide general information on their performance on the identified contracts. General performance information will be obtained from the references. Past performance information will be reviewed to determine how well the offeror performed work relevant to the type of effort and magnitude described in the statement of work, adhered to contract compliance and how recent the described experience is. Recent = Performance is occurring presently or has occurred within the last three years. Relevant = Present/past performance effort involved essentially the same, or much of the same, magnitude of effort and complexities this solicitation requires. NOTE: A proposal containing no relevant past performance shall have past performance evaluated as neutral, in accordance with FAR Part 15.305(a)(2). A neutral rated proposal may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposal of other offerors. Evaluation Factor 3: Price Complete the B.3 Price Schedule Price will be evaluated fair and reasonable based on the total aggregate cost of a Base plus four (4) Option periods. As stated in 52.212-1, the pricing must be broken down in a manner that allows for price reasonableness to be determined. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. Applicable Provisions and Clauses: This procurement is a set-aside for Small Businesses utilizing tiered evaluation procedures. Unless otherwise stated, all Provisions/Clauses will apply. The following additional guidance is provided: 52.219-6 applies to tier 1, 2 and 3 852.219-74 applies to tier 1 and 2 52.219-4 applies to tier 3 852.219-75 applies to tier 3 FAR 52.212-3, Offerors Representations and Certifications Commercial Items The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) The following clauses are included as addenda to FAR 52.212-4: CL 120 Supplemental Insurance Requirements 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (SEP 2021) 852.242-71 Administrative Contracting Officer (OCT 2020) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.228-5 Insurance Work on a Government Installation (JAN 1997) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2021) (JUL 2020) (DEVIATION) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (SEP 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Re-representation (SEP 2021) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.229-12 Tax on Certain Foreign Procurements 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. This is a competitive, open-market Small Business Set-Aside procurement utilizing tiered evaluation procedures combined synopsis/solicitation for monitoring, maintenance, and repair services for the currently installed Intrusion Alarm System for the Hudson Valley Health Care System (HVHCS) and Community Based Outpatient clinics (CBOC s) as defined in the Statement of Work (SOW). The government intends to award a purchase order 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission shall be received not later than 2:00 PM EST, Wednesday, May 25, 2022. The government shall only accept electronic submissions via email, please send all quotations to Lisa Harris at Lisa.Harris4@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Direct your questions to Lisa Harris, Contracting Specialist; Lisa.Harris4@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c548e3041704efe9cfa7738ddeb4854/view)
 
Place of Performance
Address: Department of Veterans Affairs Hudson Valley Health Care System (HVHCS) Community Based Outpatient Clinics 41 Castle Point Road, Wappinger Falls, NY 12590, USA
Zip Code: 12590
Country: USA
 
Record
SN06319715-F 20220508/220506230055 (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.