J059–Circuit Breaker Testing

Jul 16, 2020 | SDVOSB Set-Asides

J059–Circuit Breaker Testing

Solicitation Number: 36C24120Q0438
Department/Ind. Agency: VETERANS AFFAIRS, DEPARTMENT OF
Sub-Tier: VETERANS AFFAIRS, DEPARTMENT OF
Office: 241-NETWORK CONTRACT OFFICE 01 (36C241)
Location: ONE VA CENTER, TOGUS, ME 04330
Notice Type: Combined Synopsis/Solicitation
Posted Date: 7/14/2020
Response Date: 8/5/2020 10:00 AM
Archive Date: 11/3/2020
Set Aside: Service-Disabled Veteran-Owned Small Business
Classification Code: J – Maintenance, repair & rebuilding of equipment
PSC Code: J059 (MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS)
Last Change: 7/15/2020 3:40 AM

Combined Synopsis Solicitation West Haven, Newington Connecticut VAMC Breaker Testing and Preventative Maintenance (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24120Q0438 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. (iv) This requirement is being issued as an open market, service-disabled veteran-owned small business set-aside. The associated NAICS code is 238210 Electrical Contractors and Other Wiring Installation Contractors and small business size standard is $16.5 million. (v) The Government intends to award a firm-fixed price award for breaker testing and preventative maintenance for the electrical systems at the West Haven and Newington VA facilities. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 West Haven Connecticut facility electrical system testing as described in the PWS. Contract Period: POP Begin: 17-Aug-2020 POP End: 30-Oct-2020 POP Dates Subject to Change 1.00 JB __________________ __________________ 0002 Newington Connecticut facility electrical system testing as described in the PWS. Contract Period: POP Begin: 17-Aug-2020 POP End: 30-Oct-2020 POP Dates Subject to Change 1.00 JB __________________ __________________ GRAND TOTAL __________________ __________________ (vi) The Contractor shall provide all resources necessary to provide breaker testing and preventative maintenance for the electrical systems IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details. (vii) The Place of Performance as described in the Performance Work Statement: West Haven VAMC Newington 950 Campbell Ave 555 Willard Ave West Haven, CT 06516 Newington, CT 06111 (viii) Provision at 52.212-1, Instructions to Offerors — Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), (ix) Provision at 52.212-2, Evaluation — Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to [email protected] & [email protected]. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. A site visit is scheduled to be hosted at the West Haven VAMC 950 Campbell Ave, West Haven, CT 06516 on July 22nd, 2020 at 09:00 AM EST. Prior to the Site Visit all vendors are required to report to Building Two to undergo initial screening. Meeting location for the site visit shall be Building 15 at 0900 AM EST. Please be advised Social Distancing and Face Masks are REQUIRED while on station. The cut-off date and time for receipt of questions is 28-July-2020 at 1:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, DUNS, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) — Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:  Price (Follow these instructions): Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.  Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 “Offeror Representation and Certifications -Commercial Items”, and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).  Please utilize Attachment 1 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner.  Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. Contractor shall demonstrate that their technicians meet the qualification standards stated in the Performance Work Statement. Contractor shall provide all current and relevant licenses and/or certifications for the State of Connecticut. Contractor shall provide evidence of OSHA 10 certification If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications — Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions — Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.209-70 Organizational Conflicts of Interest 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Business Set-Aside 852.232-72 Electronic Submissions of Payment Request 852.273-70 Late Offers 852.219-74 Limitations on Subcontracting (JUL 2018) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders — Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50,52.223-18, 52..225-13, 52.232-33, 52.232-34, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable (West Haven VAMC New Haven County WD 15-4127 (Rev.-14) and (Newington VAMC Hartford County WD 15-4120 (Rev-14)), 52.222-55, 52.222-62. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 05-Aug-2020 at 10:00 AM EST. RFQ responses must be submitted via email to: [email protected] & [email protected]. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Joshua Gallien ([email protected]) & Craig Harris [email protected].

Contracting Office Address

ONE VA CENTER, TOGUS, ME 04330

Contact Information

[email protected]
Joshua Gallien
Phone: 413-584-4040 X6460
[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.