United States - J--Philadelphia Information Technology Center (PITC) Cyberex Power Distribution Units (PDUs) and Wavestar Static Transfer Switches (STS) Maintenance

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
15 October 2019
Opportunity publication date
01 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 30, 2019 11:20 am

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information

Document Type:

Combined Solicitation/Synopsis

Solicitation Number:

36C10X19Q0282

Posted Date:

9/30/2019

Original Response Date:

10/15/2019

Current Response Date:

10/15/2019

Product or Service Code:

J099

Set Aside:

SB

NAICS Code:

811212

Contracting Office Address

5202 Presidents Ct.

Frederick, MD 21703

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 (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06, effective September 10, 2019.

This procurement is set aside for small businesses; however, preference is given to SDVOSBs and VOSBs.

The associated North American Industrial Classification System (NAICS) code for this procurement is 811212, with a small business size standard of $27.5M.

The Philadelphia Information Technology Center (PITC), 5000 Wissahickon Avenue, Philadelphia, PA 19144, is seeking to purchase corrective and preventative maintenance for Cyberex Power Distribution Units (PDUs) and Wavestar Static Transfer Switches (STS).

All interested companies shall provide a quotation for the following:

Background

The mission of the Department of Veterans Affairs (VA), Office of Information & Technology (OIT), is to provide benefits and services to Veterans of the United States. In meeting these goals, OIT strives to provide high quality, effective, and efficient information technology services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the Veterans health care in an effective, timely and compassionate manner. This contract is to support this effort by ensuring the Philadelphia Information Technology Center (PITC) Computer Room Cyberex Power Distribution Units (PDUs) and Wavestar Static Transfer Switches (STS) are always operating as intended.

Scope

The Contractor shall provide all labor, supplies, personnel, equipment, tools, materials, supervision and other services necessary to provide corrective and preventative maintenance for the following Cyberex Power Distribution Units (PDUs) and Wavestar Static Transfer Switches (STS).

All PDU and STS critical power distribution equipment shall be covered by this contract, including display monitors, control knobs and all interconnecting wiring.

Description

Model Number

Serial Number

PDU No. 1

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWKXT0

47303-14-1

PDU No. 2

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWKXT0

47303-14-2

PDU No. 3

Cyberex 75kVA Dual Input Static Switch

ZSR-04-6A-62-0LWKXT0

47303-17-2

PDU No. 4 Split System Bay Section

Cyberex 75kVA Dual Input Static Switch

MCDC-2-BCML-226

47303-16-1

PDU No. 4 Split System Distribution Unit

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWK000

47303-15-1

PDU No. 5 Split System Bay Section

Cyberex 75kVA Dual Input Static Switch

MCDC-2-BCML-226

47303-16-2

PDU No. 5 Split System Distribution Unit

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWK000

47303-15-2

PDU No. 6 Split System Bay Section

Cyberex 75kVA Dual Input Static Switch

MCDC-2-BCML-226

47303-16-3

PDU No. 6 Split System Distribution Unit

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWK000

47303-15-3

PDU No. 7 Split System Bay Section

Cyberex 75kVA Dual Input Static Switch

MCDC-2-BCML-226

47303-16-4

PDU No. 7 Split System Distribution Unit

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWK000

47303-15-4

PDU No. 8 Split System Bay Section

Cyberex 75kVA Dual Input Static Switch

MCDC-2-BCML-226

47303-16-6

PDU No. 8 Split System Distribution Unit

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWK000

47303-15-6

PDU No. 9

Cyberex 75kVA Dual Input Static Switch

ZSR-04-6A-62-0LWKXT0

47303-17-3

PDU No. 10

Cyberex 75kVA Dual Input Static Switch

ZSR-04-6A-62-0LWKXT0

47303-17-1

PDU No. 11

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWKXT0

47303-14-3

PDU No. 12

Cyberex 75kVA Dual Input Static Switch

ZSR-04-6A-62-0LWKXT0

47303-17-4

PDU No. 13

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWKXT0

47303-14-4

Description (Continued)

Model Number

Serial Number

PDU No. 14

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWKXT0

47303-14-7

PDU No. 15

Cyberex 75kVA Dual Input Static Switch

ZSR-04-6A-62-0LWKXT0

47303-17-6

PDU No. 16

Cyberex 75kVA Dual Input Static Switch

ZSR-04-6A-62-0LWKXT0

47303-17-7

PDU No. 17

Cyberex 75kVA Dual Input Static Switch

ZSR-04-6A-62-0LWKXT0

47303-17-8

PDU No. 18

Cyberex 75kVA Dual Input Static Switch

ZSR-04-6A-62-0LWKXT0

47303-17-5

PDU No. 19

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWKXT0

47303-14-6

PDU No. 20

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWKXT0

47303-14-5

PDU No. 21 Split System Bay Section

Cyberex 75kVA Dual Input Static Switch

MCDC-2-BCML-226

47303-16-5

PDU No. 21 Split System Distribution Unit

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWK000

47303-15-5

PDU No. 22

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWKXT0

47303-14-8

PDU No. 23

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWKXT0

47303-14-10

PDU No. 24

Cyberex 75kVA Dual Input Static Switch

ZSL-04-6A-62-0LWKXT0

47303-14-9

STS A Data Center Switchgear Room B

Wavestar 75kVA Dual Input Static Switch

STS-WS-STD-480-150-60

411-0075-2

STS B Main Building Demarcation Room

Wavestar 75kVA Dual Input Static Switch

STS-WS-STD-480-150-60

411-0075-1

Price/Cost Schedule

Item Information

Item No.

Description of Supplies/Services

Qty

Unit

Unit Price

Amount

0001

PDU and STS Performance Checks

Base Period: 10/21/2019 to 10/20/2020

4

Each

0002

Emergency Remedial Maintenance Services

Base Period: 10/21/2019 to 10/20/2020

12

Month

0003

On-Site Scheduled Services

Base Period: 10/21/2019 to 10/20/2020

20

Hours

0004

Parts

Base Period: 10/21/2019 to 10/20/2020

-

-

-

Base Period Total:

$

1001

PDU and STS Performance Checks

Option Period 1: 10/21/2020 to 10/20/2021

4

Each

1002

Emergency Remedial Maintenance Services

Option Period 1: 10/21/2020 to 10/20/2021

12

Month

1003

On-Site Scheduled Services

Option Period 1: 10/21/2020 to 10/20/2021

20

Hours

1004

Parts

Option Period 1: 10/21/2020 to 10/20/2021

-

-

-

Option Period 1 Total:

$

2001

PDU and STS Performance Checks

Option Period 2: 10/21/2021 to 02/15/2022

2

Each

2002

Emergency Remedial Maintenance Services

Option Period 2: 10/21/2021 to 02/15/2022

4

Month

2003

On-Site Scheduled Services

Option Period 2: 10/21/2021 to 02/15/2022

20

Hours

2004

Parts

Option Period 2: 10/21/2021 to 02/15/2022

-

-

-

Option Period 2 Total:

$

Specific Requirements

Any equipment, which was maintained under a previous contract, shall be deemed acceptable for maintenance under any contract resulting from this solicitation. Inspections and Preventive Maintenance shall consist of, but shall not be limited to, technical inspections, cleaning, adjusting, calibrating, replacing minor parts (as not outlined in Section VI Scope of Work; G. Parts), etc. in accordance with, but not limited to the requirements stated herein and the equipment Operation and Maintenance manual and maintaining the equipment in first class operating condition, including all intervening calls necessary between regular inspections, but excepting services necessitated by accident, fire or abuse.

Within ten (10) days after award of the contract, the contractor shall submit a schedule of Preventive Maintenance Inspections for each piece of equipment listed. Preventive Maintenance Inspections will be performed according to a mutually agreeable schedule. In no event shall more than three (3) months elapse between inspections. In the event a Preventive Maintenance Inspection service call is canceled by the VA or the contractor, a new date will be rescheduled within fourteen (14) days of the cancellation.

If the performance of the Preventive Maintenance Inspection will for any reason interfere with the continued operation of the Data Center, the Contractor shall obtain prior written authorization before proceeding with the said inspection event. Official notification of the Preventive Maintenance Inspection event must be made to the Contracting Officer Representative (COR) fourteen (14) calendar days prior to the event for approval.

Prior to arrival at the Department of Veterans Affairs facility for each of the on-site preventive maintenance inspection events, the field engineer shall contact the equipment manufacturer and verify if there are any applicable Field Change Orders (FCO s) required for the associated VA owned equipment. Any outstanding FCO s and associated installation cost shall be presented to the COR for review and approval for future installation.

The contractor shall demonstrate a successful transfer of each Cyberex Power Distribution Unit into Maintenance Bypass during one of the Preventive Maintenance Inspection Events. Demonstration will be performed during a weekend (i.e. Saturday or Sunday) or holiday (i.e. Columbus Day) coordinated with the COR. The remaining three service events can be performed during notmal weekday (Monday through Friday) working hours.

The Contractor shall provide a 24-hour answering service for both the primary and back-up engineers for the purpose of contact in the event of a requirement for emergency service by the VA.

The VA, on certain occasions, requires on-site service during the building power shutdown to perform Switchgear Preventive Maintenance Inspections. The power switchgear shutdown usually occurs on an tri-annual basis during a weekend (Saturday, Sunday and/or Holiday). The Contractor, if requested, shall provide on-site coverage upon a specific request of the COR in accordance with the terms of this contract (billed at the On-Site Scheduled Services Rate).

Following the PDU and STS Preventive Maintenance Inspections, a written report will be provided detailing the results of the inspection, and making specific recommendations toward future remedial action and upgrades within seven days of the completion of this work.

PDU Preventive Maintenance

The Contractor shall perform Performance Checks on each of the Data Center Cyberex Power Distribution Units in accordance with the following and as described in the equipment s Operation and Maintenance Manual. Upon completion of work, all equipment will be returned to normal operation:

The following shall be performed with the Power Distribution Units on-line:

Record preferred source alignment and verify Kirk-Key configuration for each unit.

Record all metering data (Source A, Source B and Static Switch) and check operation of all displays verifying status of all indicators and alarm lights.

Verify unit has the correct time and date displayed. Adjust accordingly.

Inspect/clean all inlet and outlet ducts to insure that each is free of dirt, dust, debris and any other foreign objects which may impede the air flow requirements for equipment.

Remove covers from power distribution unit. Perform visual inspection of all equipment including internal subassemblies, wiring harnesses, contactors, cables, etc.

With covers removed, measure and record the actual input and output voltage readings. Compare/verify meter display reading for accuracy. Recalibrate input and output voltages as required.

With covers removed, measure and record the actual output current readings. Compare/verify meter display reading for accuracy. Recalibrate output currents as required.

Measure and record the Power Supply positive and negative voltages.

Measure and record the Gate Drive Signal voltages on the drive boards for each source.

Verify the SCR gate status and record the Transfer Count Screen Information.

Inspect inside of each unit using an infrared scanning device to detect loose connections, signs of overheating, worn insulation, etc.

Check capacitors for swelling of leakage. Inspect all printed circuit boards for signs of overheating, loose connection or corroded terminals, etc.

Annually, in addition to the above, the Contractor will perform the following:

Once annually, the contractor will secure electrical power to the PDU control logic by placing the PDU Unit into Maintenance Bypass and removing the control logic fuses. After five minutes (5), the PDU will be placed back into normal operational status.

Upon completion of the scheduled event, the Contractor will provide customer consultation (to include review VA problems or concerns, any unexplained facility events, discuss recurring problems, service bulletins and modifications that should be implemented) and a service report (detailing the results of the inspections, noting any adjustments made to the existing system setup). No later than one week (5 business days) after the completion of each PM event, the contractor shall provide a formalized written report on company letterhead to include operating characteristics, performance measurements/readings and future recommendations to enhance reliability.

STS Preventive Maintenance

The Contractor shall perform Performance Checks on each of the Static Transfer Switch Units in accordance with the following and as described in the equipment s Operation and Maintenance Manual. Upon completion of work, all equipment will be returned to normal operation:

The following shall be performed with the Static Transfer Switch Units on-line:

Record preferred source alignment and verify Kirk-Key configuration for each unit.

Record all metering data (Source A, Source B) and check operation of all displays verifying status of all indicators and alarm lights.

Verify unit has the correct time and date displayed. Adjust accordingly.

Inspect/clean all inlet and outlet ducts to insure that each is free of dirt, dust, debris and any other foreign objects which may impede the air flow requirements for equipment.

Remove covers from Static Transfer Switch unit. Perform visual inspection of all equipment including internal subassemblies, wiring harnesses, contactors, cables, etc.

With covers removed, measure and record the actual input and output voltage readings. Compare/verify meter display reading for accuracy. Recalibrate input and output voltages as required.

With covers removed, measure and record the actual output current readings. Compare/verify meter display reading for accuracy. Recalibrate output currents as required.

Inspect inside of each unit using an infrared scanning device to detect loose connections, signs of overheating, worn insulation, etc.

Check capacitors for swelling of leakage. Inspect all printed circuit boards for signs of overheating, loose connection or corroded terminals, etc.

Once yearly download all system data/event logs using the front display module USB Port provide an electronic and printout copy of the logs with the service report.

Upon completion of the scheduled event, the Contractor will provide customer consultation (to include review VA problems or concerns, any unexplained facility events, discuss recurring problems, service bulletins and modifications that should be implemented), a copy of the Static Transfer Switch event logs on a standard compact disk and a service report (detailing the results of the inspections, noting any adjustments made to the existing system setup). No later than one week (5 business days) after the completion of each PM event, the contractor shall provide a formalized written report on company letterhead to include operating characteristics, performance measurements/readings and future recommendations to enhance reliability.

Emergency Remedial Maintenance Services

The Contractor shall provide local on-call availability of emergency service twenty-four (24) hours per day, seven (7) days per week, with an onsite arrival response time of four (4) hours after notification, regardless of the time requested (i.e. off-shift, weekend or holiday). Four (4) hours shall be the maximum allowable onsite arrival response time.

Emergency service will cover corrective maintenance on the Cyberex PDU or Wavestar STS equipment, including repair parts (as outlined in Section VI Scope of Work; G. Parts), labor and expenses (i.e. travel, mileage, etc.), required as a result of equipment failure or malfunction which interrupts or jeopardizes the daily operation of the PITC Data Center.

The Contractor shall provide a twenty-four (24) hour answering service for the contact of primary and back-up personnel in the event of an emergency. The location and telephone number of the primary service office, the field office, and the names of employees involved with this contract shall be provided to the COR. No additional billing shall be submitted to the VA for this emergency service since it is covered by the terms of this contract. Worn out and/or damaged parts shall be replaced as outlined in Section VI Scope of Work; G. Parts. Replacement of defective parts not outlined in Section VI Scope of Work; G. Parts will be billed separately at Contracted Customer Discount rates.

On-Site Scheduled Services

The Contractor shall provide, on a per-call basis, on a mutually agreeable date, on-site services to repair, troubleshoot and/or provide corrective maintenance as a result of a failure of any component or system that affects the operation of the Cyberex PDU or Wavestar STS equipment but does not interrupt or jeopardize PITC Data Center daily operations.

Such services may be requested to make engineering changes to improve the capabilities of the Cyberex PDU or Wavestar STS equipment, replace damaged or worn out parts, or to cover corrective maintenance outside the scope of this contract (i.e. replace PDU circuit boards during the triennial data center shutdown event, neglect, fire, flood, accident, vandalism, lightning, misuse, or misapplication).

Time billing shall commence upon sign-in at the VA and end upon departure from the site. No additional billing will be accepted for labor and expenses (i.e. travel, mileage, etc.). Worn out and/or damaged parts shall be replaced as outlined in Section VI Scope of Work; G. Parts. Replacement of defective parts not outlined in Section VI Scope of Work; G. Parts will be billed at Contracted Customer Discount rates.

Parts

Only current manufacturer new parts shall be furnished by the contractor as repair/replacement parts. No alternate vendor repair/replacement parts shall be used without prior written approval by the COR.

If required, the contractor shall furnish, (at a favorable rate to the government) spare parts, circuit boards, and modular assemblies which are not included in the terms of this contract and are required to maintain the Cyberex PDU or Wavestar STS equipment. All parts shall be of current manufacturer and shall have full versatility with presently installed equipment. The contractor shall provide an itemized listing of these parts, including price quotation, to the COR for review and approval prior to shipping to the Department of Veterans Affairs (VA) Philadelphia Information Technology Center (PITC). Any parts shipped and/or received by the VA without prior written approval by the COR will be returned to the contractor at the contractor s expense.

If required, the Contractor may use components from the Department of Veterans Affairs owned spare parts kit. VA owned spare parts utilized shall be replaced by Contractor with new parts at a favorable rate to the government.

If required, the Contractor may be requested to repair defective system circuit boards. The VA owned system circuit boards will be shipped out at the governments expense and returned to the government at the Contractor s expense. Shipping shall be through trackable mailing service (i.e. Federal Express, etc.)

No repairs to the system circuit boards shall be performed without prior written approval by the COR. System circuit board repairs shall be billed at a favorable rate to the government.

The following is a sample listing of repair part expenses that the contractor is responsible for under the terms of this contract (generally, repair parts with a market value less than $500.00):

Power Distribution Unit Internal Fuses.

Display monitor Control Knobs.

Emergency Power Off Pushbutton with wiring harness.

The following is a sample listing of repair part expenses that the contractor is not responsible for under the terms of this contract (generally, repair parts with a market value greater than $500.00):

Power Distribution Unit Internal Circuit Boards.

Main Circuit Breaker.

Stepdown Transformer.

Method and Distribution of Deliverables

Whenever work is performed under the terms of this contract, a preliminary service report shall be provided to the COR as part of the official notification of work completed before the contractor representative departs from the VA Facility. This reports will specify in detail the work performed, adjustments made, etc. The following information is mandatory: date, time, purpose of report, preventive maintenance check readings, initial symptoms, trouble diagnosis, repair steps taken and adjustments made. If repair parts or component replacement was required, the report should specify where new items were obtained and a copy of the VA supplied approval statement for the use of non-manufacturer repair/replacement parts. Such reports shall also advise of any repairs or repair parts necessary to maintain the equipment in first-class operating condition, but are not covered by the terms of this contract (as outlined in Section VI Scope of Work; G. Parts).

No later than one week (5 business days) after the completion of each scheduled event, the contractor shall provide a formalized written report on company letterhead to the COR detailing the results of the inspections. Report shall include all measured readings and metering values recorded, noting any adjustments made to the existing system setup. Preventive maintenance and inspections shall be thoroughly documented using, as a minimum, a checklist to certify the installation and operational status of the overall system in accordance with the Maintenance and Operation Manual and as required by Section VI Scope of Work for the equipment. Where the terms of this contract require certain data to be taken that is not contained on the maintenance contractors standard checklist, then that data shall be recorded and provided separately.

The formalized written report on company letterhead shall also include detailed equipment manufacturer field change order information, equipment discrepancies not resolved during the maintenance event and the contractors future recommendations to enhance system/equipment reliability accompanying the contractors invoice for payment.

The Contractor shall deliver documentation in electronic format, unless otherwise directed in Section B of the solicitation/contract. Acceptable electronic media include: MS Word 2007/2010, MS Excel 2007/2010, MS PowerPoint 2007/2010, MS Project 2007/2010, MS Access 2007/2010, MS Visio 2007/2010, AutoCAD 2007/2010, and Adobe Postscript Data Format (PDF).

Performance

All emergency work shall commence within four (4) hours after receipt of telephonic, written or verbal notification and will proceed progressively to completion without undue delay.

Upon arrival at the Department of Veterans Affairs Facility, the contractor representative(s) will contact the COR to be escorted within the government facility. No contractor representative(s) will be allowed to travel within the government facility unescorted at any time, due to the current building security regulations.

All work shall be performed by competent technicians, experienced and qualified to work on the specific equipment listed herein, and all work performed shall be of good quality in accordance with good commercial practice.

The Contractor must supply all tools, equipment, etc. necessary to perform maintenance as specified herein or as may be required or specified in the Operation and Maintenance manual.

Product Improvements

As product improvements are generated which are applicable to the equipment covered in this contract, the contractor shall provided a detailed explanation and installation pricing information to the COR for review for future installation.

Upon approval by the COR, the contractor shall make suitable modification kits available for retrofit installation into the equipment on a scheduled basis.

The cost for such modifications and installations are not included under the provisions of this contract and shall be billed individually upon completion of such modifications.

Facility Access and Security

Contractor personnel shall satisfy all security requirements as specified below. Failure to meet these requirements within a reasonable time period, unless otherwise explicitly specified, will be grounds for suspension or termination of al building and/or computer privileges and removal from work on this Contract until such time as the requirement is fulfilled.

Contractor personnel requiring unescorted physical access to the Government facilities will be required to submit personal identifying information (full legal name (first, middle, and last), date of birth, state-issued driver's license or identification card number and the state that issued it, and name as it appears on the card) and may be subject to a criminal history check. Visitors who are not subjected to the criminal history check will be escorted at all times by someone who has been issued a permanent Government Identification Badge. The cost of conducting the criminal history check is the responsibility of the Government. The contractor shall pre-screen all personnel requiring physical access to the property to ensure they are legally able to work in the U.S. and are not currently sought by law enforcement authorities. Adjudication of information discovered during or after the criminal history check is solely the responsibility of the Physical Security Officer. Being admitted entry into a Government facility based on a finding of no criminal history does not convey any security clearance. Contractor personnel's physical access privileges may be revoked at any time because of personal misconduct, including any type of safety or security-related misconduct, criminal conduct, Psychological instability, including illegal use or possession of controlled substances or financial irresponsibility.

If authorized access to a Government facility, each contractor representative shall have their picture taken and a permanent badge issued. Contractor personnel shall conspicuously display, on his/her person, a Government-provided identification badge while on-site. The identification badge and associated data shall be kept in a Government-maintained computer database for security purposes. All contractor personnel must provide photo identification when requested by any Government security personnel. Badges issued to the contractor's personnel remain the property of the Government, must be protected from loss or damage, and must be relinquished to any Government security personnel when requested, or upon completion of the Contract work.

Contractor employees performing on this Contract are required to complete the VA's on-line Security and Privacy Awareness Training courses annually. Contractors must provide signed certification of completion to the COR during each year of the Contract. This requirement is in addition to any other training that may be imposed by the Government.

When contractor personnel are on-site at the Government facility, contractor personnel shall follow all established regulations, policies and standard operating procedures applicable to the facility. Violations of Government regulations and policies may result in the contractor's personnel being removed from the premises and may result in termination of the Contract for default. The Government shall not be responsible for any of the contractor's costs for replacement of personnel removed from the premises for reasons associated with safety, security, and unprofessional or inappropriate conduct.

The contractor shall obtain all necessary licenses and/or permits required to perform the work. The contractor shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this Contract.

Failure to complete the work by the required completion date, caused by delays in requesting security clearances, or due to revocation of access privileges resulting solely from the actions of the contractor or their personnel, is not sufficient reason to warrant an extension in the Contract time or amount.

The Government reserves the right to order contractor personnel off the premises and take other security precautions in the event of an emergency, Government shutdown, times of elevated security risk, or any other reason deemed necessary by Government management or security staff. Contractor personnel must immediately leave the site and may not return until authorized by the COR.

Only business directly related to this Contract may be conducted at the Government facility. Contractors may only be on-site when conducting business actually associated with the performance of this Contract.

The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under this Contract.

Failure to comply with the personnel security requirements may result in termination of the Contract for default.

The delivery/task order period of performance is:

Base Period: 10/21/2019 through 10/20/2020

Option Period 1: 10/21/2020 through 10/20/2021

Option Period 2: 10/21/2021 through 2/15/2022

Place of Performance

Address:

Philadelphia Information Technology Center (PITC)

5000 Wissahickon Avenue

Philadelphia, PA

Postal Code:

19144

Country:

UNITED STATES

This requirement is set aside for small businesses; however, preference will be given to offerors who are a SDVOSB or VOSB. Award shall be made to the offeror whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance identified in CPARS, and (3) price.

Technical and past performance are more important than price.

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

The following solicitation provisions apply to this acquisition:

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

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

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

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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 following contract clauses apply to this acquisition:

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

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019)

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

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

(4) 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:

[ ] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

[ ] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)).

[ ] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

[X] (4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).

[ ] (5) [Reserved]

[ ] (6) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (PUB. L. 111-117, section 743 OF DIV. C).

[ ] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (PUB. L. 111-117, section 743 OF DIV. C).

[X] (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note).

[ ] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313

[ ] (10) [Reserved]

[ ] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).

[ ] (ii) Alternate I (NOV 2011) of 52.219-3

[ ] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

[ ] (ii) Alternate I (JAN 2011) of 52.219-4

[ ] (13) [Reserved]

[ X ] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

[ ](ii) Alternate I (NOV 2011) of 52.219-6.

[ ](iii) Alternate II (NOV 2011) of 52.219-6.

[ ] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).

[ ] (ii) Alternate I (OCT 1995) of 52.219-7.

[ ](iii) Alternate II (MAR 2004) of 52.219-7.

[ ] (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)).

[ ] (17)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2017) (15 U.S.C. 637(d)(4)).

[ ](ii) Alternate I (NOV 2016) of 52.219-9.

[ ](iii) Alternate II (NOV 2016) of 52.219-9.

[ ](iv) Alternate III (NOV 2016) of 52.219-9.

[ ](v) Alternate IV (NOV 2016) of 52.219-9.

[ ] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

[ ] (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). [ ] (20) 52.219-16, Liquidated Damages Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)).

[ ] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657 f).

[X] (22) 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)).

[ ] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m))

[ ] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m))

[X] (25) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755

[ ] (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126).

[X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

[X] (28) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).

[ ] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).

[X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

[ ] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

[ ] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496)

[X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).

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

[ ] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

[ ] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

[ ] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

[ ] (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693).

[ ] (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).

[ ] (38)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O. 13423 and 13514).

[ ] (ii) Alternate I (OCT 2015) of 52.223-13.

[ ] (39)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O. 13423 and 13514).

[ ] (ii) Alternate I (JUN 2014) of 52.223-14

[ ] (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b).

[ ] (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).

[ ] (ii) Alternate I (JUN 2014) of 52.223-16

[X] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513)

[ ] (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).

[ ] (44) 52.223-21, Foams (JUN 2016) (E.O. 13693).

[ ] (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

(ii) Alternate I (JAN 2017) of 52.224-3

[X] (46) 52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83).

[X] (47)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).

[ ] (ii) Alternate I (MAY 2014) of 52.225-3

[ ] (iii) Alternate II (MAY 2014) of 52.225-3.

[X] (iii) Alternate III (MAY 2014) of 52.225-3.

[ ] (48) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

[X] (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O .s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

[ ] (50) 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)

[ ] (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150)

[ ] (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150)

[ ] (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

[ ] (54) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f).

[X] (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) (31 U.S.C. 3332)

[ ] (56) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (31 U.S.C. 3332).

[ ] (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

[ ] (58) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C.552a).

[ ] (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(12)).

[ ] (60)(i) 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

[ ] (ii) Alternate I (APR 2003) of 52.247-64.

(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:

     

[ ] (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).

[X] (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).

[ ] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

[ ] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

[ ] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

[X] (6) 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).

[ ] (7) 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).

[X] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).

[X] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).

[ ] (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).

The Following Clauses are incorporated by reference:

FAR 52.222-48 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT -- CERTIFICATION

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)

All Offerors shall submit the following: One (1) quote

All quotes shall be sent to the Contracting Officer, Todd Synder, at Todd.Synder@va.gov, and the Contract Specialist, Jennifer Swift, at Jennifer.Swift2@va.gov.

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:"

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

Submission shall be received not later than 1pm ET on Tuesday, October 15, 2019 via email to Todd Synder (Todd.Synder@va.gov) and Jennifer Swift Jennifer.Swift2@va.gov.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Todd Synder (Todd.Synder@va.gov) and Jennifer Swift Jennifer.Swift2@va.gov no later than 1pm ET, Tuesday, October 8, 2019.

Point of Contact

Contracting Officer: Todd Synder, Todd.Synder@va.gov

Contract Specialist: Jennifer Swift Jennifer.Swift2@va.gov

Opportunity closing date
15 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs VA Strategic Acquisition Center (Frederick) 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?