The RFP Database
New business relationships start here

SERVICE: GENERATOR ANNUAL LOAD BANK TESTING


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

VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 5 of 5
Original Date: 10/12/17
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24818Q9230
Posted Date:
06-18-2018
Original Response Date:
07-11-2018
Current Response Date:
07-11-2018
Product or Service Code:
H261
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
238210
Contracting Office Address
Network Contracting Office 8, 300 E. University Ave, Ste 180, Gainesville, FL 32601
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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96.

The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business size standard of $15 million. The North Florida/South Georgia Contracting Office is seeking to purchase electrical testing services. All interested companies shall provide quotations for the following:
Services
Line Item
Description
Quantity
Total Price
CLIN 0001
Generator Load Bank Testing
1 JOB

CLIN 0002
Option Year 1: Generator Load Bank Testing
1 JOB

CLIN 0003
Option Year 2: Generator Load Bank Testing
1 JOB

CLIN 0004
Option Year 3: Generator Load Bank Testing
1 JOB

CLIN 0005
Option Year 4: Generator Load Bank Testing
1 JOB







STATEMENT OF WORK

Background:
The Malcom Randall VA Medical Center, Gainesville, Florida maintains four (4) Full Power Backup Generators that are required to provide power to the hospital if there is a loss of power to the Medical Center. The Full Power Generators must be load banked annually.

Objective:
This service contract is to perform a place a resistive load on four (4) Full Power Backup Generators to ensure that they are reliable during a loss of power.

Scope of Work:
The contractor shall provide all labor, tools, equipment, and supervision required to place a resistive load on each generator one at a time.
The Generators must each be run at a minimum of 80% rated capacity for four hours.
Logs must be taken hourly on the generator being tested.
Written report of all findings will be provided to the COR within 30 days of performance

The generators are:

Cummins 2250KW Model 2250DQKH-6461 Serial # L070138768
Cummins 2250KW Model 2250DQKH-6461 Serial # L070138767
Cummins 2250KW Model 2250DQKH-6461 Serial # K070129318
Cummins 2250KW Model 2250DQKH-6461 Serial # K070129319

Qualifications/Certifications
The contractor shall be qualified and have the required levels of professional and technical experience to perform the work required by this statement of work. The contractor and the individuals working on the project site must have taken the OSHA Certified 10-hour construction safety course.

Safety Regulations
VA Police will issue identification badges to contractors, employees and subcontractors which must be worn when on VA property. Contractor shall keep the area cleaned and haul away all debris to a designated container. The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. Provide the necessary barricades/signage where required.

Scheduling and Hours of Work: All work in areas involved shall be scheduled with the COR. The contractor will perform this work during regular working hours. The 10 holidays observed by the Federal Government, are New Year s Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas or any other day specifically declared by the President of the United States to be a national holiday.



The performance period is within sixty (60) days of contract award.
Place of Performance
Address:
1601 SW Archer Road, Gainesville, FL
Postal Code:
32608
Country:
UNITED STATES

Award shall be made to the offeror whose quotation offers the best value to the government. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable.B B

Evaluation Criteria: A firm-fixed price contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offer.

The following factors will be considered in the evaluation of quotes received under this solicitation. To be considered technically acceptable, the quote must include all items as described in Factors 1 & 2, and in the requirements of the solicitation.

FACTOR 1: TECHNICAL & MANAGEMENT APPROACH- The Offeror's quote shall disclose the technical ability in as much detail as possible, including, but not limited to, the requirements in this section of the RFQ. The technical ability should be specific, detailed and complete enough to clearly and fully demonstrate that the offeror thoroughly understands the intent of the Statement of Work (SOW). Stating that, the offeror understands and shall comply with the SOW, or paraphrasing the SOW, or parts thereof, is considered inadequate.

a. Provide information on your company s ability to perform the services as described in the SOW.
b. Submit a copy of liability insurance.
c. Provide organizational chart, resumes of key personnel, and certification and/or licenses required to perform the services.
d. If a subcontractor is utilized, include with your quote a letter identifying a full understanding of the following clauses, to include percentages for the prime contractor and any anticipated subcontractor(s):

FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011)
VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
FACTOR 2: TOTAL EVALUATED PRICE - All pricing will be evaluated on a total price basis.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items - January 2017
FAR 52.212-3, Offerors Representations and Certifications Commercial Items January 2017
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 following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items January 2017
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders November 2017
The following subparagraphs of FAR 52.212-5 are applicable:
52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016)
52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011)
52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222 26, Equal Opportunity (SEP 2016)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013)
52.222-41, Service Contract Labor Standards (MAY 2014)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)
52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008)

All offers shall be sent to the North Florida/South Georgia Contracting Office 8 via email to Brian Werner, brian.werner1@va.gov , Contract Specialist.
This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a purchase order 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:"
Offeror shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 16:00 EST on 11 July 2018 at brian.werner1@va.gov, to Brian Werner, Contract Specialist, NF/SG Contracting Office, 300 E. University Ave, Ste 180, Gainesville, FL 32601. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mail, mail, or hand-delivery is acceptable, faxed offers will not be considered.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Brian Werner, brian.werner1@va.gov .

BRIAN WERNER
BRIAN.WERNER1@VA.GOV

brian.werner1@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP