The RFP Database
New business relationships start here

Quarterly and Yearly Preventive Maintenance on Wells, Pumps, and Air Stripper Water


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

COMBINED SYNOPSIS/SOLICITATION

QUARTERLY AND YEARLY PREVENTIVE MAINTENANCE ON WELLS, PUMPS, AND AIR STRIPPER WATER TREATMENT SYSTEM AT NORTHPORT VA MEDICAL CENTER

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures , 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) The solicitation number 36C24219Q0214 is issued as a request for quote (RFQ) and will be submitted on through fedbizopps.gov.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1.
(iv) This procurement is being issued as 100% Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 221310, Water Supply and Irrigated Systems, with a small business size standard of $27.5 million.
(v) The Contractor shall provide pricing to repair Quarterly and Yearly Preventive Maintenance on Well, Pumps and Air Stripper Water Treatment System. See table below.
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Qtrly & Yearly PM on Wells, Pumps and Air Stripper Water Treatment System.
Base Year: 2/1/19 1/31/20

200

HR


1001
Qtrly & Yearly PM on Wells, Pumps and Air Stripper Water Treatment System.
Option Period One: 2/1/20 1/31/21

200

HR


2001
Qtrly & Yearly PM on Wells, Pumps and Air Stripper Water Treatment System.
Option Period Two: 2/1/21 1/31/22

200

HR


3001
Qtrly & Yearly PM on Wells, Pumps and Air Stripper Water Treatment System.
Option Period Three: 2/1/22 1/31/23

200

HR








4001
Qtrly & Yearly PM on Wells, Pumps and Air Stripper Water Treatment System.
Option Period Four: 2/1/23 1/31/24

200

HR




































GRAND TOTAL





(vi) Description of requirement

DEPARTMENT OF VETERANS AFFAIRS
Northport VA Medical Center
79 Middleville Road, Northport NY 11768

Statement of Work
For
Emergency Service Contract for Wells, Pumps, and Air Stripper Water Treatment System
The contractor shall provide all labor, tools, and equipment for quarterly & yearly Preventive Maintenance and any emergency repair request related to five Well Houses (wells, pumps, piping, controls and auxiliary equipment) and air stripper water treatment system on a twenty-four (24) hours, seven (7) days per week basis. The emergency service will include Federal holidays with a maximum of two (2) hour response time.
The quarterly preventive maintenance should include as a minimum the following:
Oil Testing
Vibration Testing
Checking controls and pressure gauges
The Yearly preventive maintenance should include as a minimum the following:
Water Quality Report
Pump oil change
In addition, the work shall include, but not be limited to general consulting, professional services, review, comment, and assist to routine New York State and local regulations and compliance for Water Supply System, Vulnerability Assessment, Protection Planning, Preparation of Resource Management Plan, Water Supply Treatment System Evaluation, assistance in developing reports, presentations, and regulatory compliance reports. The contractor shall perform the services independently without supervision or control with respect to the way the work is to be accomplished.
Moreover, Vendor must be within a 40-mile radius of the medical center due to the traffic situation within the area. Also, the contractor must be able to perform services on Well Pumps, including Air Stripper System and their related controls within 2 hours of notification from Northport VA Medical Center without outsourcing to any other firms.
Furthermore, the contractor will be paid on an hourly basis. These rates are in accordance with labor rates established in this contract for normal overtime and Saturdays, Sundays and holiday periods.
The normal hours are from 8:00am 4:30pm Monday Friday. Should overtime or holiday rates apply during VA normal business hours due to circumstances beyond the contractor, the contractor must furnish evidence of circumstances relating to increased cost of labor provided. Labor rates quoted are to include travel costs.
Costs of parts are not covered. Installation of any parts (replacement) require prior approval from the Utilities Operations Supervisor or his designee and a delivery order issued. VA reserves the right to purchase the parts from an alternate source. If no service is requested or rendered, the VA has no obligation.
(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.

NOTE: The COR will be provided once the contract has been awarded

Place of Performance:
Department of Veterans Affairs
Northport VA Medical Center
79 Middleville Road
Northport, NY 11768

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference:
Solicitation number for this requirement as 36C24219Q0214
Point of Contact, Company name, address, telephone and email address
Technical description of services to be performed in accordance with the Statement of Work
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.

Offeror that fails to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration.

The following provisions are included as addenda to FAR 52.212-1:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.209-5 Certification Regarding Responsibility Matters (OCT 2015)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.252-70 Solicitation Provisions or Clauses Incorporated by References (JAN 2008)

(ix) The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Technical: The offeror shall describe it technical solution in meeting the requirement in the Statement of Work (SOW). The offeror shall provide details of specific methods, techniques, and resolutions for completing the requirement, including areas such as technical approach, technical expertise (including experience and qualifications), and overall benefit to the Government.

Past Performance: The offeror shall provide detail on no more than 3 projects of similar size, scope, and complexity as required by this SOW, including technical points of contact for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. The Government may contact sources of past performance and may obtain past performance from other sources such as Government databases.

Price: Will be determined as fair and reasonable per FAR part 13.106-3.
NOTE: Evaluations of Options - 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).
The Government intends to evaluate and award this requirement under Lowest Price Technically
Acceptable (LPTA).
The following rating will be used in evaluation of offerors quotes:
i. Acceptable - To receive this rating, the offeror shall present a quote that demonstrates it knowledge and understanding of the work described in the SOW. The offeror shall provide sufficient details as to how they can meet or exceed the government expectation.

ii. Unacceptable - An unacceptable rating will be assessed on any offeror that present a
quote with any of the following:
a. Fails to demonstrate it knowledge and understanding of the work described in the
PWS.
b. Fails to provide sufficient detail for the Government to determine whether the quote
satisfactorily meets the minimum requirements of the solicitation.
c. Fails to clearly demonstrate that the offeror fully understands and it technically
capable.
d. Quote that only contents the pricing and no technical or past performance
information.

(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. 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)
52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)
52.217-8 Option to Extend the Service (Nov 1999)
52.217-9 Option to Extend the Term of the Contract (Mar 2000)
52.219-8 Utilization of Small Business Concerns (NOV 2016)
52.229-3 Federal, State, and Local Taxes (FEB 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.237-3 Continuity of Services (Jan 1991)
852.203-70 Commercial Advertising (JAN 2008)
852.215-71 Evaluation Factor Commitments (Dec 2009
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)

(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), with Alternate I (OCT 1995)
52.204-14 Service Contract Reporting Requirements (OCT 2016)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-27 Notice of Service Disable Veterans Owned Small Business Set Aside
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)
52.222-37 Employment Reports on Veterans (Feb 2016)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013)
52.222-41 Service Contract Labor Standards (MAY 2014)
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014)
52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015)

(xiii) The Service Contract Act of 1965 does not apply to this procurement.

(xiv) N/A

(xv) This is a 100% Small Business Set-Aside open-market combined synopsis/solicitation to repair Quarterly and Yearly Preventive Maintenance on Well, Pumps and Air Stripper Water Treatment System at the Department of Veteran Affairs, Northport VA Medical Center. 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 Quoter shall list exception(s) and rationale for the exception(s)
Submission shall be received not later than 10:00 AM EST, Friday, January 18, 2019. The government shall only accept electronic submissions via email, please send all quotations to Charnell.Cunningham@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.)

(xvi) Direct your questions to Charnell Cunningham, Contracting Specialist, Charnell.Cunningham@va.gov. The last day to submit questions is 4:00 PM EST, Monday, January 14, 2019. A site visit has not been scheduled. If a site visit is required an amendment will be issued with the date, time and location.
List of Attachments:

See attached document: Wage Determination

Charnell Cunningham
Contract Specialist

charnell.cunningham@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP