SOLICITATION NOTICE
J -- Generators | Load Bank Testing and Annual Preventative Maintenance - Butler VAMC
- Notice Date
- 1/7/2025 10:41:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425Q0256
- Response Due
- 1/22/2025 9:00:00 AM
- Archive Date
- 03/23/2025
- Point of Contact
- Loretta Payne, Contracting Officer, Phone: 412-860-7204
- E-Mail Address
-
loretta.payne@va.gov
(loretta.payne@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 36C24425Q0256. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-05 effective 22 May 2024, 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 811310, and the Product Service Code (PSC) is J059 with a business size standard of $12.5 million. The NCO4 Contracting Office is seeking to establish Preventive Maintenance and Load Bank Testing for Generators at the Butler VAMC in accordance with the Statement of Work (SOW). 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. WD 2015-4235 Rev 27 dtd. 22JUL2024. All offerors are advised to thoroughly read submission instructions as there are very specific instructions as what is required to be provided. The anticipated Contract will be a single award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with fixed price task orders to provide the services required. The IDIQ will be established for a five-year period. Task orders may vary in size and will be issued and awarded by the Contracting Officer. The Period of Performance (POP) will be 03/03/2025 03/02/2030. 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. Questions about RFQ 36C24425Q0256 must be submitted via email to Contracting Officer, Loretta Payne, at loretta.payne@va.gov no later than 12:00 PM EST, Thursday, January 16, 2025. Lowest price technically acceptable source selection process will be performed in accordance with FAR 15.101-2(b). Quote Submission Instructions: Failure to follow the instructions below may result in elimination from award consideration or a non-responsive determination. Quotes shall be submitted to Contracting Officer, Loretta Payne via email, at loretta.payne@va.gov, no later than 12:00 PM EST, Wednesday, January 22, 2025. 2) All quotes shall include one (1) separate electronic copy of each of the Sections listed below. Attachments shall include separated documents and titled similar to the below: Section I : Administrative/Regulatory Section II: Requirements Section III: Price Any additional attachments, in addition to the above, will be identified below. The vendors are able to separate the Sections into additional parts if they find their attachments are too large. 3) No price information shall be included in the technical section. If pricing information is found in the technical section, the quote may automatically be considered non-responsive and not evaluated. Section I: Administrative/Regulatory Please be advised that this Section is not reviewed for technical evaluation. 1) 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. If exception to 52.222-41 applies in accordance with 52.204-8(c)(2)(v) or 52.212-3(k)(1) or 52.204-8(c)(2)(vi) or 52.212-3(k)(2) response shall include the certification as to which exception is applicable and why. 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 breakdown regarding what tasks the prime will perform and what tasks the subcontractors will perform. The response shall also provide the subcontractor s business name and SAM UEI number. 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. Limit 1 page. 3) Completed Certificate of Compliance for Services and Construction 852.219-75 shall be submitted. Failure to complete and submit this certification will automatically result in a non-responsive determination and no further consideration for award. 4) 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. 5.) In accordance with VAAR 819.7003(3) offerors must be registered in Veteran Small Business Certification (VetCert) run by the U.S. Small Business Administration database at time of quote submission and time of award. Registration may be done online at: https://veterans.certify.sba.gov/ Section II: Requirements Sub-sections a will be evaluated on a pass/fail basis to ensure the contractor meets the min requirements based on the Statement of Work. Page limit for sections a: 3 pages, including any coversheets and table of contents. a) Vendor will provide contract information and past experience that shows competence with the Load Banking and Preventive Maintence of generators.� See #7 under Statement of Work. Section III: Price No page limit. Please note, this section is not sent to the technical evaluators. Failure to follow these instructors may result in a non-responsive determination. Vendors shall include: Do not lock/add/delete lines or other items. Do not create or add CLINs or SubCLINs Include the following labor rates with each CLIN (0001, 0002 and 0003): Hourly $__________ Weekend $________ Overtime $_________ Holiday $__________ CLIN 0003 (Repairs) will be funded at the discretion of the Government. II. 52.212-2 - Evaluation of Quotations Offers IAW FAR 13.106-2(b)(4) The Government intends to issue a single award contract in response to this solicitation. The following will be evaluated: Price Qualification: Information pertaining to #7 in the Statement of Work. See the following: Vendor will provide contract information and past experience that shows competence with the Load Banking and Preventive Maintence of generators. This is an SDVOSB set-aside. A quote submission without information pertaining to #7 in the Statement of Work will be deemed Unresponsive and, therefore not considered for the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/79aaa1c76d1e4380bd20b1d08d3afa3a/view)
- Place of Performance
- Address: Butler Veterans Administration Medical Center 325 New Castle Rd, Butler 16001, USA
- Zip Code: 16001
- Country: USA
- Zip Code: 16001
- Record
- SN07306691-F 20250109/250107230108 (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 |