The RFP Database
New business relationships start here

SERVICES: SEMI-ANNUAL FIRE ALARM TESTING & INSPECTIONTIERED EVALUATION


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

Page 1 of 2
Services: SEMI-ANNUAL FIRE ALARM TESTING & INSPECTION SERVICES TIERED EVALUATIONS
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued.
The (solicitation number) is being issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, dated 10-26-2018.
This requirement is set-aside for SERVICE DISABLED VETERAN OWNED MALL BUSINESSES. This requirement is a Service Disabled Veteran Owned Small Business & Veteran Owned Small Business set-aside with Small Business Set-aside TIERED EVALUATION.
TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns. If award cannot be made, the solicitation will be cancelled and the requirement resolicited.

The NAICS code for this requirement is 561621.
Description of requirements for the items to be acquired: Brief description. See attached SOW.
The following line items pertain to the description as stated: See attached Price/Cost Schedule.
Performance Period: 01/01/2019 12/31/2019
All services are to be delivered to the James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612. As a part of delivery and acceptance the FOB point is destination.
The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and offers must fill out price/cost schedule attached. Offerors must submit their technical and management approach that pertains to the PWS.
The provision at 52.212-2, Evaluation -- Commercial Items, will not be used. See attached basis for award which includes cascading procedures.
To be eligible for award offerors must be registered in System for Award Management (SAM) in accordance with the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and no additional addenda to the clause included.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and no additional FAR clauses cited in the clause are applicable to the acquisition.
The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows:
852.203-70, 852.215-71, 852.232-72, 852.237-70, 52.204-18, 52.252-2, 52.232-18, 52.232-40, 852.215-70, 52.204-16, 52.217-8, 52.217-9
52.252-1 52.217-5

The date, time and place offers are due: 12/21/2018 @ 12PM NOON via Email ONLY.
Contact Info: MARIA C. FERRER; MARIA.FERRER3@VA.GOV

MARIA FERRER
MARIA.FERRER3@VA.GOV

MARIA.FERRER3@VA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP