The RFP Database
New business relationships start here

Annual Internal and External Boiler Inspections Located at the Bedford Veteran Affairs Medical Center (VAMC) in Bedford, MA.


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

Combined Synopsis Solicitation Bedford VAMC Annual Internal and External Boiler Inspection Services
(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 36C24118Q0265 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 2005-97.
(iv) This requirement is being issued as an open market, service-disabled veteran-owned small business set-aside. The associated NAICS code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and small business size standard is $7.5 million.
(v) The Government intends to award a firm-fixed price award for annual internal and external boiler inspection services at the Bedford VAMC. 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
Perform Annual Internal and External Boiler Inspections on 3 Cleaver Brooks 700 LE Fire Tube boilers in Accordance with the Performance Work Statement.
Contract Period: Base
POP Begin:
POP End:

1.00
YR
__________________
__________________
1001
Perform Annual Internal and External Boiler Inspections on 3 Cleaver Brooks 700 LE Fire Tube boilers in Accordance with the Performance Work Statement.
Contract Period: Option 1
POP Begin:
POP End:



1.00
YR
________________
_________________
2001
Perform Annual Internal and External Boiler Inspections on 3 Cleaver Brooks 700 LE Fire Tube boilers in Accordance with the Performance Work Statement.
Contract Period: Option 2
POP Begin:
POP End:


1.00
YR
__________________
__________________




GRAND TOTAL
__________________


(vi) The Contractor shall provide all resources necessary to provide annual internal and external boiler inspection services in accordance with the attached Performance Work Statement. Please see the attached PWS for full requirement details.
(vii) The Place of Performance is the VA in Bedford, Massachusetts, 200 Springs Road, Bedford, MA 01730-1114.
(viii) Provision at 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008).
(ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), 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 Gary.Chandler@va.gov.
(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. The cut-off date and time for receipt of questions is 3 days prior to the expiration date (xv) of this solicitation by 8:00 AM 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) Site Visit is scheduled for Thursday, April 26, 2018 at 9:00 AM EST at VA Medical Center, Bedford, MA, 01730, Building #20 (Grounds Building) parking lot. Please send an email to gary.chandler@va.gov if you plan on attending. Any potential changes to the statement of work or questions, noted during the site visit must be submitted in writing by the question due date. The Contracting Officer is the only person that is authorized to change the requirement via an amendment to the RFQ.
(5) Quote Format: The submission shall 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, 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:B
Price (Follow these instructions):
Offeror shall complete the above Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.B 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).B Please utilize Attachment 2 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.B The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government shall evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total.

Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the PWS in a timely efficient manner.
a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the PWS.
b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the PWS.
c. Contractor shall provide a quality control plan, which explains the offerors approach to quality control and methodologies. An example quality assurance surveillance plan is attached, see Attachment 4 QASP and can be utilized as a template.
d. Contractor shall provide all current and relevant licenses and/or certifications for the State of Massachusetts.
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.

(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, 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016), 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011), 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 Contractor Responsibilities (APR 1984).
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. SET-ASIDE (DEC 2009)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and
(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for:
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;
(2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)

Subcontracting Commitments - Monitoring and Compliance
This solicitation includes FAR 52.219-14 and VAAR 852.219-10. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
(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.
(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, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable (Bedford Massachusetts VAMC Middlesex County WD 15-4047 (Rev.-6) was first posted on www.wdol.gov on 01/16/2018), 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 05/04/2018 at 10:00 AM EST. RFQ responses must be submitted via email to: Gary.Chandler@va.gov. Hand deliveries shall not be accepted.
(xvi) The POC of this solicitation is Gary Chandler (Gary.Chandler@va.gov).

Gary Chandler
Gary.Chandler@va.gov

Gary.Chandler@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP