The RFP Database
New business relationships start here

Install Variable Frequency Drive (VFD) Control Pannel on pumps @ National Memorial Cemetery of Arizona


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

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C78619Q0109
Posted Date:
01-09-2019
Original Response Date:
01-25-2019
Current Response Time:
5:00pm(PST)
Product or Service Code:
N059
Set Aside:
Service Disabled Veteran Owned Small Business
NAICS Code:
238210
Contracting Office Address
Department of Veterans Affairs
National Cemetery Administration Pacific District
1301 Clay Street, Suite 1230 North
Oakland CA 94612-5209
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 quotes are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular
The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business size standard of 15 Million.
The National Cemetery Administration Pacific District is seeking quotes from Service Disabled Veteran Owned Small Business (SDVOB) that are qualified to Install Variable Frequency Drive (VFD) Control Panel on pumps. at National Memorial Cemetery of Arizona.
Scope of Work
National Memorial Cemetery of Arizona
23029 N. Cave Creek Road
Phoenix, AZ 85024

SCHEDULE OF SERVICES:
Contract Line Item

Description

Quantity

Unit

Unit Price
Total Price

0001

0002

Install Variable Frequency Drive (VFD) Control Pannel on pumps.
Bonding


EA
EA

$________
$________


$________
$________

TOTAL PRICE

$________



GENERAL SCOPE OF WORK:

The Contractor shall furnish all materials, equipment, labor and supervision necessary to install a VFD Control Panel (with an AC Unit) with three (3) Variable Drives at the National Memorial Cemetery of Arizona, , 23029 Cave Creek Road, Phoenix, AZ. 85024 in accordance with the scope of work, contract drawings and per applicable standards and requirements.

Completion Time: Thirty (30) calendar days from date of issuance of Notice to Proceed (NTP).

Work in this project includes but is not limited to:

Install one (1) VFD Control Panel with an AC unit.
Connect the three existing starters in the existing Motor Control Center t;he the new Control Panel.
Contractor shall provide 3-#6 power and 1-#8 ground wires from each of three existing starters to the the new VFD Control Panel and three additional sets of 3-#6 and 1-#8 ground wires from the VFD Control panels to the existing starters in the Motor Control Panel ( one set of wires is needed form each VVFD to each starter)
VA to provide B> conduit from POC to pilot system in existing cauldron.
Contractor to provide 500 and pull 12 ga. low voltage wiring.
Rebuild pumps
Clean jobsite of all construction debris.
Schedule all required power turnoffs with COR, Cemetery Director and Project Manager.
GENERAL REQUIREMENTS

All work shall conform to the IBC, IMC, IPC and the NEC.
A project schedule showing the order in which the work will be performed under the contract. The actual elements to be accomplished will be shown with the estimated date of completion. This schedule will be submitted to the CO through the COR for approval. After approval, a copy will be returned to the Contractor.
The Contractor shall submit a list of submittals required for this projects for review by the Project Manager. After appporval, the Contractor shall submit sample and technical specifications on all materials being used in this project and shall not proceed with any work prior to approval by the Project Manager and COR.
The Contractor shall submit a schedule of values to the Cor for approval. This schedule shall show cost by activities of work or unit of the contract that corresponds to the progress schedule and is due to the COR no later than 10 calendar days after receipt of the Notice to Proceed.
Upon start of the work, the Contractor is required to submit daily log reports to the COR no later that 10:00 am PST the next day for the day proceeding work. These may be submitted via e-mail to the COR.
The Contractor shall submit a schedule of values to the Cor for approval. This schedule shall show cost by activities of work or unit of the contract that corresponds to the progress schedule and is due to the COR no later than 10 calendar days after receipt of the Notice to Proceed.
Before beginning any demolition work, the Contractor shall survey the site and examine the drawings and review the scope of work to determine the extent of the work. The Contractor shall take the necessary precautions to avoid damages to existing items to remain in place, to be reused or to remain the property of the Cemetery. Any damaged items shall be repaired or replaced at the Contractors expense as directed by the COR.
Establish construction limits, install safety controls, and install construction fencing as approved by the COR.
Thoroughly clean up the work area at the end of each day s work and at completion of the project. Leave premises clean and free of waste, scrap, used equipment or other material intentionally or incidentally delivered to the site by Contractor or Contractor s personnel.
The Contractor shall protect form damage all existing improvements, equipment, structures, facilities, grounds and utilities at or near the work site or adjacent property. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuse to repair the damage promptly.
Upon completion of contact, deliver work complete and undamaged. Existing materials, equipment, structures, facilities, grounds and disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in good condition as existed before commencing work.
At Contractor s own expense, Contractor shall immediately restore to service and repair any damage caused by Contractor s workmen to exist ring piping and consults, wires, cables, etc., of utility services or of fire protection systems, communication systems (including telephone) which are not scheduled for discontinuance or abandonment.
Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COR before it is disturbed. Materials and workmanship used in restoring work shall conform in type and quality to that of original existing construction, except as otherwise shown or specified.
Thoroughly clean up the work area at the end of each day s work and at the completion of the project. Leave premises clean and free of waste, scraps, used equipment or other material intentionally or accidentally delivered to the site by the Contractor or Contractor s personnel.
The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs and grass) on or adjacent to the work site not to be removed and do not reasonably interfere with the work required under this contract. The Contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Contracting Officer.
The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be made known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in the performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor.
All utilities required for the continuous operation of all existing facilities shall be maintained in service at all times except when disruptions are needed. The contractor shall inform the Cemetery Director and the Contracting Officer (CO) in writing 2 weeks prior to the need shutdown. When the option exists, implement options to minimize interruption of services to the facilities.
The Contractor shall coordinate with the Cemetery Director for parking, material storage, temporary portable restroom facilities and any other needs for the work. Public access to the National Cemetery shall not be impaired.
Thoroughly clean up the work area at the end of each day s work and at completion of the project. Leave premises clean and free of waste, scrap, used equipment or other material intentionally or incidentally delivered to the site by Contractor or Contractor s personnel.
The Contractor shall protect form damage all existing improvements, equipment, structures, facilities, grounds and utilities at or near the work site or adjacent property. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor.
Upon completion of contact, deliver work complete and undamaged. Existing materials, equipment, structures, facilities, grounds and disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in good condition as existed before commencing work.
At Contractor s own expense, Contractor shall immediately restore to service and repair any damage caused by Contractor s workmen to existing piping and consults, wires, cables, etc., of utility services or of fire protection systems, communication systems (including telephone) which are not scheduled for discontinuance or abandonment.
All work will be coordinated with the Contracting Officer s Representative (COR). Only the Contracting Officer (CO) has the authority to make changes to the contract that affects price and/or time. Work will be conducted in such a manner to minimize the impact on the Cemetery operations.
Coordination of Construction with the Cemetery Director: The burial activities at a National Cemetery shall take precedence over construction activities. The Contractor must cooperate and coordinate with the Cemetery Director, through the COR, in arranging construction the construction schedule to cause the least possible interference with Cemetery activities in actual burial areas. Construction noise during the committal services shall not disturb the service. Trucks and workmen shall not pass through the service area during this period.
The Contractor is required to discontinue his work efficiently in advance of Easter Sunday, Mother s Day, Father s Day, Memorial Day, Veteran s Day and/or Federal Holidays to permit him to clean up all areas of operation adjacent to existing burial plots before these dates.
Cleaning up shall include the removal of all equipment, tools, materials and debris and leaving the area in a clean, neat condition.
Site work will be accomplished between the hours of 8:00 and 4:30, Monday through Friday, except Federal Holiday s. Work outside of the Cemetery s normal operating hours of 8:00 am to 4:30 pm shall be permitted on by approval of the COR and to only meet the Period of Performance.
25. There are no reserved parking slots available. Appropriate parking for employee vehicles is the responsibility of the Contractor. The Contractor should consult with the COR and Cemetery Director or representative. For appropriate parking space availability. National Cemetery Administration employees and visitors shall have first preference to slots.
3. STANDARDS OF EMPLOYEE CONDUCT:
The National Cemetery Administration honors veterans with a final resting place and lasting memorials that commemorate their service to our Nation. National Cemeteries are national shrines. The standards of work appearance and procedures performed by the Contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the cemetery and exhibit absolute decorum, composure, and stability all times.
Contractor personnel shall be required to adhere to the following standards of dress and conduct, as briefly mentioned here while performing work in the National Cemetery. These standards are enforceable under Title 38, USC, Part 1, Chapter 9, and Section 5901.
Clothing shall be presentable and suitable to the work while maintaining proper appearance and decorum indicative for a National Shrine. Uniform shirts and hats are preferred. Clothing shall be clean and cleanliness and personal hygiene are imperative. T-shirts and/or tank tops as outer garments are prohibited. Protective/Safety clothing and shoes shall meet or exceed OSHA and state requirements.
Behavior and language must be appropriate, reverent and respectful at all times.
Eating and drinking (except water) is prohibited in the work areas and within the sight of a committal shelter during a service.
Use of intoxicating beverages, any tobacco products, and illegal drugs on the Cemetery is strictly prohibited.
Contractor personnel shall not lean, sit, or stand on or against headstones or monuments. No tools, equipment s or other items will be placed on or leaned on headstones or monuments.
The Contractor shall be responsible for maintaining satisfactory standards of personnel conduct and work performance and shall administer disciplinary action as required. The Contractor is expected to remove any employee(s) from the Cemetery for cause, to include, but not limited to, safety violations, other misconduct in performance of duty under these specifications and/or contrary to the best interest of the Government. If the Contractor fails to act in this regard, or the reason for removal is immediately required to protect the interests of the Government, the COR may direct the removal of an employee from the premises. Contractor objections to any such action will be referred to the Contracting Officer (CO) for final resolution; however, the Contractor will first immediately comply with COR direction pending any CO final resolution at a later date or time. The Contractor will not be due any type of compensation for their costs incurred as a result of an employee being removed for cause; unless the removal is directed by the COR and in later found to be invalid or and/or unreasonable by the Contracting Officer.
All work shall be performed in accordance with National, State, and Local Codes including the International Building Code (IBC), the International Mechanical Code (IMC), the International Plumbing Code (IPC), and the National Electrical Code (NEC).

All work shall be performed in accordance with the drawings and specifications. It shall be the Contractor s responsibility to comply with all the applicable codes. The Contractor shall apply and obtain all applicable permits to comply with local, State and Federal regulations.

4. CONTRACTOR QUALITY CONTROL
The Contractor shall guarantee that all work done under this contract shall be free form defaults and no faulty materials or workmanship with one (1) year warranty or extended manufacturer s warranty. The Contractor hereby agrees to repair or replace deficiencies within the specified time frame by the direction of the Contracting Officer (CO) at the Contractor s expense. And shall be corrected to the satisfaction of the Government.
The Contractor shall provide a Job Site Superintendent who speaks and write fluent English on site, and at all times when Contractor personnel are on the premises. The Job Superintendent will:
Review and Approve submittals
Inspect the quality of work performed
Certify the completed work for payment and other purposes


----END---


52.212-2 -COMPARATIVE EVALUATION FAR 13.106-2 (b)(2)
(a) The Government will award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation that provides the best benefit to the
Government, price and other factors considered. Offers will be evaluated by performing a
comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response
represents the best as a whole. Comparative Evaluations is the act of comparing two or more
offers or proposal in response to the RFP. Proposals will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which provides the government with is needed, as identified in the RFP.

The comparison also performed to compare each offeror to one another to determine which
provides the best benefit to the government. The government reserves the right to consider a
response that offers more than the minimum and select that response if it provides a benefit to
the government. The government has the discretion to accept other than the lowest priced
offeror that provides additional benefits. The government also has the has the discretion to make
an award based on whether the lowest priced of the quotations/offers having the highest past
performance rating possible represents the best benefit to the government
The following factors shall be used to evaluate offers

FAR 15.101-1(b)(2) The solicitation shall state whether all evaluation factors other than cost or price, when combined, are significantly more important than, approximately equal to, or significantly less important than cost or price. for example
When combined, technical and past performance are more important than price.
Award shall be made to the quoter, whose quotation for award, such as "offers the best value to the government, considering technical capability, past performance, and price.".
When evaluation factors are used, the contracting officer may insert a provision substantially the same as the provision at 52.212-2, Evaluation Commercial Items, in solicitations for commercial items or comply with the procedures in 13.106 if the acquisition is being made using simplified acquisition procedures. When the provision at 52.212-2 is used, paragraph (a) of the provision shall be tailored to the specific acquisition to describe the evaluation factors and relative importance of those factors. However, when using the simplified acquisition procedures in Part 13, contracting officers are not required to describe the relative importance of evaluation factors.
Offers shall be evaluated in accordance with the criteria contained in the solicitation. For many commercial items, the criteria need not be more detailed than technical (capability of the item offered to meet the agency need), price and past performance. Technical capability may be evaluated by how well the proposed products meet the Government requirement instead of predetermined sub factors. Solicitations for commercial items do not have to contain sub factors for technical capability when the solicitation adequately describes the item s intended use. A technical evaluation would normally include examination of such things as product literature, product samples (if requested), technical features and warranty provisions. Past performance shall be evaluated in accordance with the procedures in 13.106 or Subpart 15.3, as applicable. The contracting officer shall ensure the instructions provided in the provision at 52.212-1, Instructions to Offerors Commercial Items, and the evaluation criteria provided in the provision at 52.212-2, Evaluation Commercial Items, are in agreement.
Select the offer that is most advantageous to the Government based on the factors contained in the solicitation. Fully document the rationale for selection of the successful offeror including discussion of any trade-offs considered
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 Contracting Officer s address is:
National Cemetery Administration
75 Barrett Heights Road, Ste 309
Stafford, VA 22556


All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) via email to the CS.
Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract.
This is a Service Disabled Veteran Owned Small Business set-aside for services as defined herein.B B The government intends to award a purchase order as a result of this RFP 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).
All inquiries shall be made to the Contracting Specialist via email:
Valentin Saucedo, valentin.saucedo@va.gov
Oakland Memorial Service Network
1301 Clay Street, Suite 1230 North
Oakland, CA 94612-5209
Phone number: 510-637-6288
NLT December January 25, 2019 by 5:00pm (PST).

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.
For Site Visits or any questions, concerns regarding this solicitation should be submitted in writing via e-mail to; valentin.saucedo@va.gov
The following contract clauses apply to this acquisition:
Solicitation Provisions and Contract Clauses
The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
https://www.va.gov/oal/library/vaar/

FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018)
FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014)
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018)
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (OCT 2018) ALTERNATE II (OCT 2018) Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67

Employee Class

Monetary Wage Fringe Benefits
Electrician, Maintenance
$22.69





VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008)
VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 (Oct 2018) Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following solicitation clauses apply to this acquisition:
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.237-3 Continuity of Services (Jan 1991)
VAAR 852.203-70 Commercial Advertising (Jan 2008)
VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION)
VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018)
VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012)
VAAR 852.237-70 Contractor Responsibilities (Apr 1984)



End of Document

Valentin Saucedo
valentin.saucedo@va.gov

Valentin.Saucedo@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP