New York Bids > Bid Detail

H312--Bath/Canandaigua VA Medical Center Survey, Testing/Evaluation, and Mapping of Fire/Smoke Dampers

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159713162610998
Posted Date: Jan 30, 2023
Due Date: Feb 10, 2023
Solicitation No: 36C24223Q0273
Source: https://sam.gov/opp/53aa7dbcc3...
Follow
H312--Bath/Canandaigua VA Medical Center Survey, Testing/Evaluation, and Mapping of Fire/Smoke Dampers
Active
Contract Opportunity
Notice ID
36C24223Q0273
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 30, 2023 08:09 am EST
  • Original Date Offers Due: Feb 10, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: H312 - INSPECTION- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Bath VA Medical Center and Canandaigua VA Medical Center Bath , NY 14810
    USA
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.

This solicitation is set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) vendors.

The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $17 million.
The FSC/PSC is H312.

The Department of Veterans Affairs is seeking a firm fixed-price contract for the survey, testing/evaluation, and mapping service of approximately 629 fire/smoke dampers at the Bath and Canandaigua VA Medical Centers within 120 days of award date.

All interested companies shall provide quotations for the following:

Services

Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Bath VAMC Damper Inspection
187
JB
0002
Canandaigua VAMC Damper Inspection
442
JB
0003
Canandaigua VAMC Damper Survey on five (5) buildings, see SOW B.3.2 (4)(A)
5
JB


Grand Total

Place of Performance
Address 1:
Bath VA Medical Center
76 Veterans Avenue
Bath, NY
Postal Code:
14810
Country:
UNITED STATES

Address 2:
Canandaigua VA Medical Center
400 Fort Hill Avenue
Canandaigua, NY
Postal Code:
14424
Country:
UNITED STATES

The contractor shall provide all materials and labor identified in the Scope of Work (SOW), see attachment.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

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:
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)
52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020)

The provision at FAR 52.212-2, Evaluation Commercial Items (NOV 2021), 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:
Technical/Quality
Past Performance
Price
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 not requesting or accepting alternate quotations. The evaluation will consider the following:
Technical/Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.
Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum.

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:
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)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
852.219-73 VA Notice to Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (NOV 2022)
852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) (Note: Paragraph (d) requires certification to be completed, signed, and returned with the offeror s bid, quotation, or proposal. Government must not evaluate or award otherwise).
852.242-71 Administrative Contracting Officer (OCT 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
852.201-70 Contracting Officers Representative
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEC 2022). 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 (NOV 2021)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
52.219-14 Limitations on Subcontracting (OCT 2022)
52.219-28 Post Award Small Business Program Re-representation (SEP 2021)
52.222-3 Convict Labor (JUN 2003)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEP 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-50 Combating Trafficking in Persons (NOV 2021)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
https://www.dol.gov/whd/govcontracts/sca.htm#guide
52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2020)

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions. All quoters shall submit the following:
Completed and signed Certification of Compliance with the Limitations on Subcontracting
Pricing according to table on Page 1 of this solicitation
OSHA 10-Hour Training certificate and evidence of qualified person (IAW NFPA) for any technicians who will be performing this work
Capability Statement to include past performance (if any) and technical/quality information to be used in evaluation of quotes.

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 of your response shall be received not later than 12:00 PM EST, Friday, February 10th, 2023. All quotes shall be sent via electronic submission (e-mail) to the Contract Officer, Nathan Northrup, at Nathan.Northrup@va.gov.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Nathan Northrup
Contract Officer
RPO East, NCO 2 Contracting Office
Nathan.Northrup@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 30, 2023 08:09 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >