The RFP Database
New business relationships start here

528A5-18-527 UPGRADE LOCKING SYSTEM


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Page 4 of 7
COMBINED SYNOPSIS/SOLICITATION
UPGRADE LOCKING SYSTEM
CANANDAIGUA VA MEDICAL CENTER
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 and FAR part 13, 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.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24219Q0025
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.
(iv) This procurement is being issued as 100% Service Disabled Veteran Owned Small Business Set-Aside solicitation. The North American Industry Classification System (NAICS) code is 561622, Locksmiths, with a small business size standard of $20.5 Million.
(v) In accordance with the attached statement of work, specifications and drawings, Vendor shall provide pricing and qualifications to perform the upgrades to the door locking system at the Canandaigua VA Medical Center. Offerors include the below chart in your pricing proposal.

Cost Schedule
Line Item
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1.
Access Control System Cores - Equipment

1
LS


2.
Access Control System Cores Labor
Includes removal of existing cores, installation of new cores, wiring, etc.
1
LS


3
Access Control System Keys - Equipment
1
LS


4.
Access Control System Keys - Labor
1
LS


5.
Access Control Program Equipment/Software
1
LS



(vi) Description of requirement (See attached Statement of Work (SOW), specifications and drawings): The contractor shall provide all parts and labor identified in the SOW.

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.

Place of Performance:
Canandaigua VA Medical Center
400 Fort Hill Avenue
Canandaigua, NY 14424

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is incorporated by reference. All offers must reference:

Solicitation number for this requirement as 36C24219Q0025
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all of the technical evaluation sub-factors (below). Failure to address all of the sub-factors will result in your package being determined incomplete.
Terms of any express warranty
Price
Acknowledgement of any solicitation amendments
Past performance information
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.

Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

The following provisions are included as addenda to FAR 52.212-1:

52.209-7 Information Regarding Responsibility Matters (JUL 2013)
52.216-1 Type of Contract (April 1984)
52.233-2 Service of Protest (SEPT 2006)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)
852.233-70 Protest Content (JAN 2008)
852.233-71 Alternate Protest (JAN 1998)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)

52.204-22 Alternative Line Item Proposal (JAN 2017).
852.270-1 Representatives of Contracting Officer (JAN 2008)

(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt.
Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined based on the qualifications of the offeror s proposal, and demonstration of the following sub-factors.

Subfactor A Performance capability and Schedule
The offeror s performance capability document shall include the following:
A detailed statement of contractor s capability to perform the duties of this requirement.

2. Provide a proposed schedule for installation of all buildings within the period of performance listed in the statement of work. Schedule will be number of days/hours for each task and must account for VA approval of product submittals. This schedule will be based on a 40- hour work week. The days of operation are Monday through Friday.

Subfactor B Proposed Team
Provide proposed team, including all subcontractors and the duties which will be performed by the pertinent individuals. The Prime and each subcontractor named will need to complete an SF 1413 after award is made.


Past Performance: Offerors will be evaluated on their ability to perform the services successfully. Past performance evaluation will consider reliability of past performance information, source of information, and the relevance of information. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.

Submit at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process.

Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. In addition to the above price schedule, vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for the contracting officer to properly evaluate price reasonableness.

The Government reserves the right to make award without discussions.

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated by reference. The following clauses are included as addenda to FAR 52.212-4:
52.203-16 Preventing Personal Conflicts of Interest (DEC 2011)
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
CL-120 Supplemental Insurance Requirements
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984)
852.203-70 Commercial Advertising (JAN 2008)
852.232-72 Electronic Submission Of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011)

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.

The following subparagraphs of FAR 52.212-5 are applicable:

52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006)
52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)
52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-6, Notice of Total Small Business Set-Aside (NOV2011)
52.219-8, Utilization of Small Business Concerns (NOV 2016)
52.219-14, Limitations on Subcontracting (JAN 2017)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (APR 2015)
52.222-35, Equal Opportunity for Veterans (OCT 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-50, Combating Trafficking in Persons (MAR 2015)
52.222-54, Employment Eligibility Verification (OCT 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.224-3, Privacy Training (JAN 2017)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013)
52.222-17, Nondisplacement of Qualified Workers (MAY 2014)
52.222-41, Service Contract Labor Standards (MAY 2014)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)*
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)
* see full text clause below

(xiii) The Service Contract Act of 1965 does apply to this procurement (see attached Wage Determination). IT Security language does not apply to this order.

(xiv) N/A

(xv) This is a 100% SDVOSB set-aside combined synopsis/solicitation for locksmith services at the Canandaigua VA Medical Center.B B The government intends to award a firm-fixed price contract 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:"
The offeror shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 3:00 PM EST, Thursday, January 10, 2019. The government shall only accept electronic submissions via email, please send all quotations to Rachel Beason at Rachel.Beason@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

(xvi) Questions are due to the point of contact listed here not later than 3:00 PM EST on Wednesday, December 26, 2018. Direct all questions via email to Rachel Beason, Contracting Officer, Rachel.Beason@va.gov. SITE VISIT: There will be one scheduled site visit on Tuesday, December 18, 2018 at 1:30 PM. Contractors will meet at Building 118, Conference Room at the Canandaigua VAMC, 400 Fort Hill, Canandaigua, NY 14424.
A.1 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)
In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
This Statement is for Information Only:
It is not a Wage Determination
Employee Class
Monetary Wage Fringe Benefits
Locksmith WG-09
$22.75/ hour
Electrician WG -10
$23.91/hour
Electronic Technician GS-09
$24.24/hour
(End of Clause)

Rachel Beason
Contract Specialist
Rachel.Beason@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP