The RFP Database
New business relationships start here

Preventative Maintenance for Boilers for the North Texas Health Care System


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

This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, 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.

Solicitation number 36C25719Q1396 is issued as a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 (eff 08/13/2019).

SET-ASIDE: This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids.

NAICS Code: 811310 and Size Standard is $7.5M.
Introduction: The Government intends to award a firm fixed price base with four option year renewal contract based on this solicitation.
Description of Services: The contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide the window washing services for the North Texas Health Care System.

Place(s) of Performance:
Dallas VA Medical Center
4500 South Lancaster Road
Dallas, TX 75216-7167

VA Medical Facility Garland
2301 Marie Curie Blvd
Garland TX 75042

Type of Contract: A Firm Fixed Price
Period of Performance:
Base plus two (2) one-year option renewals.
Base Year: December. 01, 2019 November 30, 2020
Option Year One: December. 01, 2020 November 30, 2021
Option Year two: December 01, 2021 November 30, 2022


The following clauses and provisions apply to this solicitation:

52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right (Apr 2014)
52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements (FEB 2015)
52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)

52.209-5, Certification Regarding Responsibility Matters (Oct 2015)

52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018)

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

52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JAN 2019)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(4) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(5) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
[X] (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 (JUN 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 and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note).
[] (5) [Reserved]
[X] (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 (OCT 2016) (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).
[X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (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]
[] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).
[] (ii) Alternate I (NOV 2011).
[] (iii) Alternate II (NOV 2011).
[] (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.
[X] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
[] (17)(i) 52.219-9, Small Business Subcontracting Plan (AUG 2018) (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 (JAN 2017) of 52.219-9.
[] (v) Alternate IV (AUG 2018) 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)).
[X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).
[X] (22) 52.219-28, Post Award Small Business Program Re-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)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
[] (ii) Alternate I (FEB 1999) of 52.222-26.
[X] (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
[] (ii) Alternate I (JULY 2014) of 52.222-35.
[X] (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
[] (ii) Alternate I (JULY 2014) of 52.222-36.
[X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
[X] (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 (JAN 2019) (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).
[X] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 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 Items (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 EPEATB.-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514).
[] (ii) Alternate I (OCT 2015) of 52.223-13.
[] (39)(i) 52.223-14, Acquisition of EPEATB.-Registered Televisions (JUN 2014) (E.O.s 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 EPEATB.-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)
[] (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.
[] (46) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83).
[] (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.
[] (iv) Alternate III (MAY 2014) of 52.225-3.
[] (48) 52.225 5, Trade Agreements (AUG 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
[X] (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 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 (Oct 2018) (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.
[] (iii) Alternate II (FEB 2006) 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, Non-displacement 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).
[X] (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).
Employee Class Monetary Wage-Fringe Benefits
[X] (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).
[] (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).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, 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)).
(iii) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91).
(iv) 52.219 8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219 8 in lower tier subcontracts that offer subcontracting opportunities.
(v) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(vii) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
(viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
(xiii)(A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).
(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
(B) Alternate I (JAN 2017) of 52.224-3.
(xx) 52.225 26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)

52.217-8, Option to Extend Services (July 1990)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.
(End of Clause)
Evaluations of Options (July 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Addendum to Clause)

52.217- 9, Option to Extend the Term of the Contract (March 2000)
The Government may extend the term of this contract by written notice to the Contractor within 30 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension

52.219-14, Limitations on Subcontracting (Jan 2017)
52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3).
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011)
52.222-3, Convict Labor (June 2003)
52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) (Aug 2018)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) (May 2014)
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) (Aug 2018)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.224-1, Privacy Act Notification (APR 1984)
52.224-2, Privacy Act (APR 1984)
52.227-14, Rights in Data-General (MAY 2014)

52.228-5 Insurance-Work on a Government Installation (JAN 1997)

52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) (Jun 2013)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)

52.233-2, Service of Protest (Sep 2006)
52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) (Aug. 1996)

52.237-3 Continuity of Services (JAN 1991)
852.203-70, Commercial Advertising (JAN 2008)
VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :
(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 (see VAAR 802.201 Surviving Spouse definition);
(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;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(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 verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified 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, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)

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

852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018)
852.233-71, Alternate Protest Procedure (OCT 2018)

852.237-70, Contractor Responsibilities (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [Texas]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.

(End of clause)

52.252-1, Solicitation Provisions Incorporated by Reference:

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es).

52.252-2, Clauses Incorporated by Reference:

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html

RFQ QUESTION SUBMISSION: Questions must be received no later than Thursday, October 3, 2019 at 10:00am CST. Email your questions directly to Victoria.Rone3@va.gov. The subject line must specify: RFQ 36C25719Q1396 (Questions - Boiler Preventative Maintenance Services NTX). There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted.

QUOTE SUBMISSION INSTRUCTIONS AND EVALUATIONS:
SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS):

The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.

The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract.
The offeror shall meet the limitation in subcontracting clause. The subcontract vendor must be similarly situated in the same
The offeror shall outline how they will be in agreeance/compliance with the limitations on subcontracting requirements in 13 CFR B'125.6. Any quotes using subcontractors or teaming partners to perform any part of the work must show the subcontractor or teaming partner to be similarly situated as the prime. Similarly situated subcontractors or teaming partners is a company who has the same size standard and NAICS code as the prime offeror/vendor.
EVALUATION OF QUOTES:
Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR 13.106-2 Evaluation of Quotes. The Government intends to award one contract resulting from this solicitation. The Government will evaluate proposals across two (2) non-price factors and one (1) price factor for a total of three (3) evaluation factors as follows:
Technical Proposal
Past Performance
Price

Each factor will be rated as Satisfactory on Unsatisfactory . The priority to the Government of each factor is as follows: B Technical proposal is more important than past performance. Past performance is more important than price. The combined rating of the non-price factors is more important than price. Then price.
Quotes rated as Unsatisfactory in the Technical Proposal factor will be eliminated from further consideration. B Quotes with the highest rated combined non-price (Technical and Past Performance) factors will be evaluated against price. Pricing will be evaluated in relation to the discernible value of the combined non-price factors to determine best value. B
Quotes must be received no later than Thursday, October 17, 2019 8:00am CST. Email your quote directly to Victoria.Rone3@va.gov. The subject line must specify: RFQ 6C25719Q1396 (Boiler Preventative Maintenance Services NTX). There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered.



QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS:
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

12.00
MO
________________
________________

Preventative Maintenance Services for NTX Boilers
(Dallas and Garland)
Period: Base
December. 01, 2019 November 30, 2020

0002

12.00
MO
________________
__________________

Preventative Maintenance Services for NTX Boilers
(Dallas and Garland)
Period: Option 1
December. 01, 2020 November 30, 2021

0003

Preventative Maintenance Services for NTX Boilers
(Dallas and Garland))
12.00
MO
________________
________________

Contract Period: Option 2
December 01, 2021 November 30, 2022






GRAND TOTAL
__________________

PRICE/COST SCHEDULE (IAW FAR 52.217-8 EXTENSION OF SERVICES)
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
1000

6
MO
________________
________________

Preventative Maintenance Services for NTX Boilers
(Dallas and Garland))
IAW 52.217-8 Extension of Services
December 1, 2022 May 31, 2023





TOTAL
__________________





STATEMENT OF WORK
BACKGROUND: This maintenance contract is needed to maintain the boilers operating in a safe and efficient manner and ensure compliance with emission requirements as set forth by the Texas Commission on Environmental Quality (TCEQ) permit.

OVERVIEW: The contractor shall provide preventive maintenance and all labor for manufacturers required and emergency repair services on three Cleaver-Brooks Model DL-52 power boilers with Todd burners and controlled by AutoFlame Mk6 / MK7. The contractor shall provide Board Certified Control Technicians, transportation, tools/instrumentation, and labor to provide annual Preventive Maintenance and emergency service on three (3) CLEAVER-BROOKS package D-type watertube boilers, Model DL-52E using AutoFlame burner management system.* (Will include 2 Superior Fire Tube and 2 Cleaver Brooks Boilers located at the Garland Facility) The contractor shall ensure that all testing is accomplished in accordance with most current version of the VHA Boiler Plant Safety Device Testing Manual as per VHA-Directive 1810 (1 amended Sept.11 2018). The contractor shall ensure that all testing is documented and provided to the VA. (COR will determine what for records are to be supplied). All emergency parts, equipment and supplies for corrective for emergency maintenance are to be provided by VA. All used parts are to be turned over the VAMC for evaluation.
PLACE OF PERFORMANCE:
North Texas Health Care System
VAMC Dallas
4500 S Lancaster Rd
Dallas, TX 75216
And:
North Texas Healthcare System Garland Facility
(formal name to be determined)
2301 Marie Curie Blvd, Garland TX 75042




PERFORMANCE PERIOD: Base plus two option year renewals
Base Year: December 01, 2019 November 30, 2020
Option Year One: December 01, 2020 November 30, 2021
Option Year two: December 01, 2021 November 30, 2022

TYPE OF CONTRACT: Firm-fixed-price contract.

REQUIREMENTS:
Service: Normal routine service is to be done during normal business hours, 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding federal holidays.

Repair service calls for corrective maintenance shall be as follows:

December 1, to November 30, (POP) shall be during normal business hours, 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding federal holidays. December 1st to November 30, (POP) emergency service shall be provided 24 hours, 7 days a week. During this period, corrective maintenance will be initiated by VAMC by telephone to the service center, which must be acknowledged within 2 hours.

A Certified Boiler Controls Technician must be on site within 12 hours of acknowledgment of the service call. Fully qualified means that the service representative can show evidence of the successful completion of an acceptable training program on the equipment in question. The equipment shall be restored to full service within 48 hours of arriving on the job site, barring extenuating circumstances. Full service means that defective parts have been replaced with parts that meet or exceed manufacturer s original specifications and that the equipment meets or exceeds the manufacturer s original performance specifications.

Annually clean the tubes of one boiler on a rotating basis so that each boiler is cleaned once every three years.
FY 20 Boiler #1
FY 21 Boiler #2
FY 22 Boiler #3

Annual preventive maintenance to be completed prior to 1 November of each year.
Calibrate oxygen analyzer.
Test/adjust Low Oxygen Level Alarm.
Perform combustion analysis of boilers under gas and fuel oil operation. Calibrate fuel feed/air mixture.
Calibrate steam, oil, gas, and feedwater pressure gages.
Calibrate AutoFlame controls.
Adjust ignition electrode gap.
Vibration analysis of blower motors.
Calibration of AutoFlame EGA.
Replace all AutoFlame EGA sensors including filter cartridges and sample tubing.
Update AutoFlame software to most current revision.
Quarterly preventive maintenance
Inspect fuel-burning equipment.
Calibrate all sensors.
Calibrate operating controls.
Calibrate safety controls.
Test and adjust low oxygen alarms.
Perform combustion analysis in all fuel modes, gas and oil, with and without VFD.
Calibrate water levels, recommission AutoFlame water level probes.
Calibrate steam, feedwater and gas flow transmitters, reset totalized vales if desired by customer.


HOLIDAYS: The following is a list of U.S. Government holidays. If the holiday falls on a
Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday.

HOLIDAY
DATE
New Year s Day
Jan 1
Martin Luther King s Birthday
3rd Monday in Jan
President s Day
3rd Monday in Feb
Memorial Day
Last Monday in May
Independence Day
July 4
Labor Day
1st Monday in Sep
Columbus Day
2nd Monday in Oct
Veterans Day
Nov 11
Thanksgiving Day
4th Thursday in November
Christmas Day
December 25

GOVERNMENT BADGES: The Contracting Officer Representative (COR) or VAMC Representative will coordinate the issuance of required access badges to Contractor personnel. Contractor personnel shall wear laminated identification badges provided by the Government always when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract.

CONTRACTOR BADGES (NOT APPLICABLE): All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed.
SAFETY/SECURITY REQUIREMENTS: The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and actor supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data.
The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR.
CONDUCT OF PERSONNEL: Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract.
CONTRACTORS ATTIRE AND APPEARANCE: Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority.

SAFETY/SECURITY REQUIREMENTS: The Contractor shall comply with all applicable
federal, state and local laws and ensure performance is secure while protecting material,
equipment, and actor supplies from damage and loss. Government security personnel shall have
the express right to inspect for security violations at any time during the term of the contract. All
information generated in performance of this contract becomes property of the Government and
must be surrendered upon request and/or completion of the contract. The Contractor must protect
against the destruction and/or misplacement of all information produced under this contract,
unless directed under local policy to destroy. This includes both hard and soft copies of data.
The Contractor shall not release any information (including photographs, files, public
announcements, statements, denials, or confirmations) on any part of the subject matter of this
contract or any phase of any program hereunder without the prior written approval of the COR.

CONDUCT OF PERSONNEL: Contractor personnel shall conduct themselves in a
professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting
Officer may require the Contractor to remove from the job site any employee working under this
contract for reasons of suspected misconduct, a suspected security breach, or suspected to be
under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees
shall be subject to dismissal from the premises upon determination by the Contracting Officer
that such action is necessary in the interests of the Government. The hospital director or
designated representative has the authority to bar individuals from the Government facility. The
removal from the job site or dismissal from the premises shall not relieve the Contractor of the
requirement to provide sufficient personnel to perform the services as required by this
performance work statement. The Government shall not reimburse the Contractor for travel and
other expenses associated with the removal of personnel. Contractor personnel are not authorized
to carry or possess personal weapons to include, but not limited to, firearms and knives with a
blade length more than three inches, while assigned under this contract.

CONTRACTORS ATTIRE AND APPEARANCE: Contractor personnel shall present a
professional appearance commensurate with standards delineated for Government civilian
personnel acting in similar capacities. The Government reserves the right to review Contractor
personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer
prior to clearance approval, for review and acceptance by the COR. The intent is verification
purpose and not for the Government to become the hiring authority.

INFORMATION SYSTEMS OFFICER, INFORMATION PROTECTION: The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services.
The COR and the Contractor will assure that-
No other information except what is in this contract will be shared with the contractor in any follow up communication.
None of the information in this contract includes Protected Health Information (PHI) or Individually Identifiable Information (III).

PRIVACY OFFICER: The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA.
RECORDS MANAGEMENT: All records (administrative and program specific) created during the period of the contract belong to the VA North Texas Health Care System (VANTXHCS) and must be returned to VANTXHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1.

Victoria Rone, Contracting Officer
Victoria.Rone3@va.gov

victoria.rone3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP