SOLICITATION NOTICE
H -- Wilkes-Barre VAMC Inspection of Smoke & Fire Doors
- Notice Date
- 9/13/2023 12:07:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423Q1161
- Response Due
- 9/29/2023 9:00:00 AM
- Archive Date
- 10/29/2023
- Point of Contact
- Jennifer Beiswenger, Contract Specialist, Phone: 814-943-8164 x4323
- E-Mail Address
-
jennifer.beiswenger@va.gov
(jennifer.beiswenger@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24423Q1161. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-02 effective 16 March 2023, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at FAR | Acquisition.GOV. This Solicitation is being competed as a Service-Disabled Veteran Owned Small Business Set-Aside. The NAICS Code is 541990, and the Product Service Code (PSC) is H312 with a business size standard of $16.5 million. The NCO4 Contracting Office is seeking to establish Inspection of Smoke and Fire door services for the Wilkes-Barre VAMC in accordance with the Statement of Work. Service Contract Act Wage Determinations applies to this acquisition and will be incorporated into the resulting contract. The Wage Determination is included with this solicitation as an attachment. Complete instructions for submitting a response to this solicitation and applicable provisions and clauses are found in the solicitation. All offerors are advised to pay careful attention to the quote submission instructions as there are very specific instructions as what is required to be provided. This will be a 5-year requirements contract. The period of performance (POP) is estimated to be 11/01/2023 10/31/2028. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. The site visit is currently scheduled as follows: Failure to arrive on time may result in a refusal to participate in the site visit. Meeting time/location: Tuesday, September 19th, 2023. 1:00 PM EST, Building 1 (1ST FLOOR Atrium Area) Wilkes-Barre VA Medical Center 1111 East End Blvd Wilkes-Barre, PA 18711 Vendors are advised they are only to reach out to the POC if they are lost trying to find the meeting location. Any requests for information, questions, sign-ups, etc. are REQUIRED to be directed to the contracting office. Point of Contact: Ryan Powell, (570) 824-3521 Ex-27880 This site visit is not mandatory. All vendors wishing to attend the site visit shall submit the following information to jennifer.beiswenger@va.gov by 09/18/2023 @ 12 PM Eastern Time. 1. Company Name 2. Attendees (limited to three per vendor) 3. Contact number 4. Email address Contractors are advised that all questions concerning this solicitation must be sent in writing to the Contracting Office at NCO 4. Questions may be sent via email to Jennifer Beiswenger at Jennifer.Beiswenger@va.gov, No later than, Wednesday, September 20, 2023, at 4:00 PM EST. No questions regarding the current/past contract will be answered. Those questions shall be addressed to the appropriate FOIA office. Quotes shall be submitted by no later than 12:00 PM EST on, Friday, September 29th, 2023, and shall be submitted via email to Contract Specialist, Jennifer Beiswenger, at jennifer.beiswenger@va.gov by the stated deadline. Late quotes may not be accepted. No phone calls will be accepted. I. Quote Submission Instructions: A. Failure to follow the instructions below may result in elimination from award consideration or a non-responsive determination. 1) Quotes shall be submitted through email only. Multiple emails are allowable if necessary due to document size limitations. 2) All quotes shall include one (1) separate electronic copy of each of the Section listed below. The Sections must be clearly identified as described below (either as the title of the document or on the actual document). 3) No price information shall be included in the technical section. If pricing information is found in the technical section, the quote may be considered non-responsive and not evaluated. B. Section I Administrative/Regulatory. Page limit: None. Please be advised that this Section is not sent for technical evaluation. 1) In accordance with FAR 4.1102 and FAR 52.204-7 (b)(1) offerors must be registered in the System for Award Management (SAM) database at time of quote submission and at time of award. Registration may be done online at: www.acquisition.gov or www.sam.gov. 2) Vendors are advised that the requirements of 13 CFR § 125.6 may be applicable to this solicitation and shall respond accordingly. The vendor shall include a narrative regarding subcontractors and a detailed description of how the offeror plans to adhere to the requirements of 13 CFR § 125.6. This narrative shall describe what tasks the prime will perform and what tasks the subcontractors will perform. The response shall also provide the subcontractor s business name and UEI. If the offeror does not plan to use subcontractors, they need to respond accordingly. Failure to provide the requested information regarding 13 CFR 125.6 may result in a non-responsive determination. 3) Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database. Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation. C. Section II Requirements. Please Note this section is not sent for Technical Evaluation. Page limit: 5 pages including any coversheets and table of contents. Certifications are not included in the page count. 1) Vendors shall provide a detailed narrative which fully demonstrates how the offeror will meet the requirements found in the Statement of Work (SOW). A cut and paste of the SOW as the offeror s response is not an acceptable response. D. Section III Price. No page limit. Please note, this section is not sent to the technical evaluators. Quoters are required to complete the pricing information found in the schedule of the solicitation. Line items shall not be edited. Pricing per unit and total per line are required as well as contract total. II. Evaluation of Quotations Quotes will be evaluated in accordance with the criteria set forth below. The Government may, at its discretion and in its best interest, make award without conducting discussions with offerors. Therefore, prospective offerors are encouraged to submit initial quotes that represent the best terms and conditions of the offeror. Quotes will be evaluated for compliance using the submittals requested in the solicitation. The requirements portion shall be rated on an Meets/Does Not Meet basis. Award will be made to the responsible quoter who is compliant with solicitation and provides the best value to the government. In order to evaluate the total price using the quoted hourly pricing described in the CLIN s, the Contracting Officer will use a flat number of hours for each rate, CLIN and quote. That number will be set as follows for each year: CLIN 0002, 1002, 2002, 3002 and 4002 Regular time: 30 hours Overtime: 15 hours Weekend: 10 hours Holiday: 5 hours The number of hours will then be multiplied by each of the hourly rates quoted by the vendor and be used to determine a total quoted price for evaluation purposes only. For example: CLIN 0002: Rate for RT $2 x 30 hours = $60 Rate for OT $3 x 15 hours = $45 Rate for Weekend $4 x 10 hours = $40 Rate for Holiday $5 x 5 hours = $25 Total price for CLIN 0002 for evaluation purposes: $170.00 This value will be included in the vendor s quote as CLIN 0002 (for price evaluation purposes only) and then added with the rest of the vendor s quoted price. This same calculation will be completed for CLINS 1002, 2002, 3002 and 4002. These totals will also be added to the vendor s quoted price to develop a final total quoted price (for evaluation purposes only). The number of hours provided in this calculation are estimates only and provided for price evaluation purposes only. There is no guarantee that these hours will be used or will be a minimum or maximum expectation of future work.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8ed29cda5850487ba74524517d14d994/view)
- Place of Performance
- Address: Wilkes-Barre VA Medical Center 1111 East End Blvd, Wilkes-Barre 18711
- Zip Code: 18711
- Zip Code: 18711
- Record
- SN06829479-F 20230915/230913230505 (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 |