United States - J--Inspection and Repair - Fire/Smoke Walls & Doors

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
16 August 2019
Opportunity publication date
10 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 09, 2019 2:34 pm

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information

Document Type:

Combined Solicitation/Synopsis

Solicitation Number:

36C25019Q1316

Posted Date:

August 9, 2019

Original Response Date:

August 16, 2019 @4PM

Current Response Date:

August 16, 2019 @4PM

Product or Service Code:

J012

Set Aside:

SDVOSB

NAICS Code:

238310

Contracting Office Address

Department of Veterans Affairs

Network Contracting Office 10

Dayton VA Medical Center

3140 Governor s Place Blvd

Suite 210

Kettering, OH 45428

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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03.

The associated North American Industrial Classification System (NAICS) code for this procurement is 238310, with a small business size standard of $15 million.

The Dayton, Ohio VAMC is seeking to purchase services to inspect and make repairs as needed to establish proper construction and application of fire and smoke barriers to be compliant with NFPA, Joint Commission, State and/or local codes and guidelines and to update SOC records.

Scope:

Perform an inspection of Firestopping to CMS Accredited Surveyors, NFPA, State and/or Local Codes

Provide a complete inventory database in hard copy and electronic media

Repair/seal small penetrations and joints that will take 30 minutes or less to remediate

Document and provide formal report on all larger penetrations

Indicate on facility Life Safety Plans (blue prints) for the location and address of report findings

Specific:

Contractor shall furnish all equipment, labor, material, programming, and licensing required, in the inspection and repairs of smoke/fire walls and doors as specified in the Statement of Conditions provided by the Engineering Department at the Dayton VA Medical Center. Contractors are responsible for the cleanup of the worksite during and upon completion of each work area.

Performance Monitoring:

All work will be inspected by Engineering Staff at the Dayton VAMC before acceptance. No work outside the contract is to be done without written approval from the contracting officer.

Other Pertinent Information or Special Considerations:

Access to certain areas may be delayed due to patient care or may require escort to controlled areas. Clean rooms and surgical areas will require proper PPE such as hair caps, shoe protection and proper coveralls for sterile conditions. Work areas must have visible warning signs or markers to insure safety of patients and staff. All ceiling tiles removed to perform inspections must be reinstalled to original configuration. All work shall be completed in a professional manner, in compliance with all building, Joint Commission and NFPA codes and standards. All work shall be performed by individuals trained and authorized by law.

Place of Performance:

Dayton VA Medical Center

4100 W. 3rd St.

Buildings 310, 322, 330, 335, 320

Dayton, OH 45428-9000

Period of Performance:

To be completed within 60 days of award of contract. Any extensions must be approved through the Contracting Officer.

Delivery Schedule:

All work to be conducted during normal business hours M-F 0700-1600, no Federal Holidays unless authorized by contracting officer.

All interested companies shall provide quotes for the following:

Line Item

Description

Quantity

Unit Price

Total Price

0001

Fire and Smoke Barrier Inspection and Repair

Completion 60 Days After Award

1 JB

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

The following contract clauses apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)

FAR 52.204-13, System for Award Management Maintenance (OCT 2018)

FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016)

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)

FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984)

VAAR 852.203-70, Commercial Advertising (MAY 2008)

VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)(DEVIATION)

VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018)(DEVIATION)

VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2018)

The following subparagraphs of FAR 52.212-5 are applicable:

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).

(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).

(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)

FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)

FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015)

FAR 52.222-26, Equal Opportunity (SEPT 2016)

FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015)

FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)

FAR 52.222-50, Combating Trafficking in Persons (MAR 2015)

FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)

FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013)

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

N/A

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).

(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).

(iv) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015)

(vii) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).

(viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)

(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(xii) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67).

(xiii) __(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).

__(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67).

(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67).

(xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989).

(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).

(xviii)52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

(xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

(B) Alternate I (JAN 2017) of 52.224-3.

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note)

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Items (AUG 2018)

FAR 52.204-7, System for Award Management (OCT 2018)

FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016)

FAR 52.212-2, Evaluation Commercial Items (OCT 2014)

FAR 52.212-3, Offerors Representations and Certifications Commercial Items (AUG 2018)

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.

All quoters shall submit the following:

One electronic copy of quote

Three past performance references similar in size and scope

All quotes shall be sent electronically to Mary Jane Crim at maryjane.crim@va.gov.

Evaluation

Award will 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.

Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter.

The Government may award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 

Price: The Vendor shall provide one electronic copy of quote

Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Description and Scope. References must include contact information; brief description of the work completed, and contract # (if relevant).  References may be checked by the Contracting Officer to ensure your company is capable of performing the required services.  The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS.

Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. 

This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:"

Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than August 16, 2019 at 4 PM to maryjane.crim@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 contract specialist, Mary Jane Crim, at maryjane.crim@va.gov.

Point of Contact

Mary Jane Crim

maryjane.crim@va.gov

Opportunity closing date
16 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?