H344–ANNUAL BOILER SAFETIES MAINTENANCE CAVHS

Jul 16, 2020 | SDVOSB Set-Asides

Solicitation Number: 36C25620Q0690
Department/Ind. Agency: VETERANS AFFAIRS, DEPARTMENT OF
Sub-Tier: VETERANS AFFAIRS, DEPARTMENT OF
Office: 256-NETWORK CONTRACT OFFICE 16 (36C256)
Location: Little Rock, AR 72201
Notice Type: Combined Synopsis/Solicitation
Posted Date: 7/14/2020
Response Date: 7/24/2020 1:00 PM
Archive Date: 8/23/2020
Set Aside: Service-Disabled Veteran-Owned Small Business
Classification Code: H – Quality control, testing & inspection services
PSC Code: H344 (INSPECTION- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS)
Last Change: 7/15/2020 3:20 AM

Page 2 of 2 COMBINED SYNOPSIS/SOLICITATION PROVIDE ALL LABOR, TOOLS, MATERIALS, EQUIPMENT, FACILITIES, TRANSPORTATION AND SUPERVISION NECESSARY TO COMPLETE ALL WORK ASSOCIATED WITH PROVIDING BOILER SAFETY TESTING & INSPECTION SERVICE IN SUPPORT OF THE CENTRAL ARKANSAS VETERANS HEALTHCARE SYSTEM (CAVHS) IN LITTLE ROCK AND NORTH LITTLE ROCK, ARKANSAS. (I) This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6, 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. All businesses submitting an offer/quote must be registered on https://www.sam.gov, prior to award. Any amendments issued to this solicitation will ONLY be available on the website (https://beta.sam.gov). (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing RFQ Number 36C25620Q0690. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. (IV) This procurement is issued for Service Disadvantage Veteran Owned Small Business (SDVOSB). The associated NAICS code is 541350. The small business size standard is $8,000,000. (V) This combined solicitation/synopsis is for annual requirement to perform burner and instrument inspecting, testing, calibrating burners and controls, and annual testing of all safety devices on the steam boilers in accordance with the Statement of Work (ATTACHMENT 1): – Schedule of Services (Pricing): SEE EXHIBIT A (Price/Cost Schedule) (VI) Description of requirements is as follows: SEE STATEMENT OF WORK (ATTACHMENT 1) (VII) The required performance period is for a base period of 12 months (based on date of award), with four option periods, for a total possible performance period of five years, if all options are exercised. Place(s) of performance shall be as identified in ATTACHMENT 1, 7.0. (VIII) FAR 52.212-1, Instructions to Offerors — Commercial Items (Oct 2018) applies to this acquisition. (IX) Evaluation – This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Subparts 13.106-2 and 13.5, and as supplemented by agency procedures. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Jan 2017), with its quote (See Section E.4 of ATTACHMENT 2). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the above website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Oct 2018), applies to this acquisition (also see Addendum in Section C of ATTACHMENT 2). (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Jun 2020) applies to this acquisition. See Section C.7 of ATTACHMENT 2 for the specific clauses that apply in subparagraphs (b) and (c) of this clause. (XIII) Additional Terms and Conditions applicable to this acquisition: SEE ATTACHMENTS 1 and 2. (XIV) All interested parties must submit all questions concerning this solicitation in writing via email to the Contract Specialist. Questions must reference the RFQ # and Description of the project in the Header or Opening Statement and be submitted by email to [email protected] , and received no later than 12:00 PM Central Time on 07/22/2020. (XV) Quotes are required to be received in the contracting office no later than the solicitation closing of 12:00 PM. Central Time on 07/24/2020. No phone responses will be accepted. The following quote materials must be completed and emailed to the attention of Surella Tracy, at [email protected], by the solicitation closing time above: -Attachment 2, Section E.4, 52.212-3 Offeror Representations and Certifications Commercial Items -Exhibit A, Price Schedule See attached document: Attachment 1 – Statement of Work. See attached document: Attachment 2 – Provisions and Clauses. See attached document: Attachment 3 – Wage Determination 2015-5109. See attached document: Exhibit A – Price Schedule.

Contracting Office Address

715 SOUTH PEAR ORCHARD RD., PLAZA 1, RIDGELAND, MS 39157

Place of Performance

Little Rock, AR 72201

Contact Information

[email protected]
Surella Tracy
Phone: 479-444-4007
[email protected]

Main Email

[email protected]

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.