The RFP Database
New business relationships start here

Title: Lift Preventative Maintenance & Safety Checks Syracuse Last Updated: 1/4/2019 Actionable Package: 11/26/18


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

Page 1 of 8
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24219Q092
Posted Date:
January 7, 2019
Original Response Date:
January 21, 2019
Current Response Date:
January 21, 2019
Product or Service Code:
J024
Set Aside (SDVOSB/VOSB):
Small Business
NAICS Code:
811310
Contracting Office Address
2875 Union Road, Suite #3500
Cheektowaga, NY 14227
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; quotation(s) 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 2005-101.

This solicitation is being issued as a Small Business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, and small business size standard is $7.5 million.

The Syracuse VA Medical Center is seeking maintenance checks and inspection services quarterly for 02 JLG Booms and 01 JLG Electric Scissor Lift. (See... Place of Performance in Section D of SOW)

All interested companies shall provide quotation(s) for the requested service, which includes a list of safety and maintenance checks to be completed quarterly in the presence of a Contracting Officer s Representative (COR) or designated Point of Contact (POC). (See... Scope of Work in Section A of SOW)

Statement of Work (SOW) - SAFETY AND MAINTENANCE CHECKS

Background: Maintenance Service Contract on (two) 2 JLG Booms and (one) 1 JLG Scissors Lift located at the VA Medical Center, Syracuse, New York




Scope of Work:

Vender shall provide the following list of safety and maintenance checks that will be performed quarterly of the VA s Booms beginning February 01, 2019.

Check for visible damage, dents and weld cracks.
Check unit for all warning decals and placards (replace as needed).
Check all emergency functions and valves for proper operation.
Check boom cables for proper tightness and inspect.
Check slide pad wear.
Check hydraulic hoses for cuts, leaks.
Inspect wiring harness.
Check pins and pin locks on all cylinders.
Check all holding valves for proper operation.
Check all platform controls for proper operation.
Check all ground controls for proper operation.
Check all safety micro switches for proper operation
Check foot switch for proper operation.
Check brakes for proper operation.
Inspect tire for cuts or damage.
Check all fluid levels, hyd., engine oil, water.
Inspect steering for loose binding, worn or missing parts.
Lubricate all grease points.
Inspect batteries and check charging system.
Inspect hose carrier or cat track for support and visible damage.

Make: JLG Boom
Model: 1350SJP
S/N: 0300128747

Make: JLG Boom
Model: E400AJP
S/N: 0300161364

Vendor will provide the following list of safety and maintenance checks performed quarterly on VA s Electric Scissors Lift commencing on February 01, 2019.

Check for visible damage, dents and weld cracks.
Check unit for all warning decals and placards (replace as needed).
Check all emergency functions and valves for proper operation.
Check hydraulic hoses for cuts and leaks.
Inspect wiring harness.
Inspect pins and pin locks at all scissor joints.
Check all holding valves for proper operation.
Check all platform controls for proper operation.
Check all ground controls for proper operation.
Check all safety micro switches for proper operation.
Check brakes for proper operation.
Inspect tires for cuts or damage.
Check all fluid levels.
Check pothole operation.
Change hydraulic filter (once yearly).
Inspect steering and steer cylinders.
Lubricate all grease points.
Inspect batteries and check charging system.

Make: JLG Electric Scissors Lift
Model: 1930ES
S/N: 0200212375

Safety Requirements

Contractor needs to follow all state, local, and VA requirements, including OSHA / JCAHO.

Period of Performance

The estimated base period of performance is February 2019 through January 2020 with the provision of four (4) option years.

Place of performance

The Syracuse VA Medical Center 800 Irving Avenue Syracuse, NY 13210 shall be the site for all work performed on this requirement.

Inspection

The COR/POC will perform inspection of the equipment in the presence of the contractor personnel, prior to the contractor personnel leaving the facility.


Other Related Services (Not Included in the Scope of Work)

Any repairs, maintenance, and/or upgrades required to complete the testing and inspection that are not explicitly provided for by this statement of work, shall not be performed without expressed written approval from the contracting officer. Contracting officer approval of additional work shall only come via modification to the contract. The contracting officer will review any ancillary repairs, maintenance and/or upgrades to determine if they are within scope prior to issuing any formal modification.

Any damages to the equipment caused by fault of the contractor in the act of performing the services whether by negligence or accident shall be corrected at no additional cost to the government.

The estimated period of performance includes one (1) base year and four (4) option years. All safety and maintenance checks are performed quarterly.


Base Year
2/01/2019 to 1/31/2020
Option Year One (1)
2/01/2020 to 1/31/2021
Option Year Two (2)
2/01/2021 to 1/31/2022
Option Year Three (3)
2/01/2022 to 1/31/2023
Option Year Four (4)
2/01/2023 to 1/31/2024



Pricing for Maintenance and Safety Checks
Base Year

Equipment
Model
Quarterly checks per year
Quarterly Price
Annual Price
JLG Boom
1350SJP
4


JLG Boom
E400AJP
4


JLG Electric Scissors
1930ES
4


Total for Base Year




Option Year 1

Equipment
Model
Quarterly checks per year
Quarterly Price
Annual Price
JLG Boom
1350SJP
4


JLG Boom
E400AJP
4


JLG Electric Scissors
1930ES
4


Total for Option Year 1





Option Year 2

Equipment
Model
Quarterly checks per year
Quarterly Price
Annual Price
JLG Boom
1350SJP
4


JLG Boom
E400AJP
4


JLG Electric Scissors
1930ES
4


Total for Option Year 2




Option Year 3

Equipment
Model
Quarterly checks per year
Quarterly Price
Annual Price
JLG Boom
1350SJP
4


JLG Boom
E400AJP
4


JLG Electric Scissors
1930ES
4


Total for Option Year 3




Option Year 4

Equipment
Model
Quarterly checks per year
Quarterly Price
Annual Price
JLG Boom
1350SJP
4


JLG Boom
E400AJP
4


JLG Electric Scissors
1930ES
4


Total for Option Year 4




52.212-2 Evaluation-Commercial Items (OCT 2014)
Award shall be made to the offeror whose quote offers the Lowest Price Technically Acceptable (LPTA) to the government IAW FAR Subpart 13.106-1(a)(2). The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement, (2) past performance, and (3) price (is an important factor).B B

Technical Capability Factor:
The Offeror shall provide a maximum 10-page capability statement that indicates the vendor has the trained personnel to service and maintain stated equipment.

Past Performance: The Offeror shall provide a list of contracts completed during the past three (3) years, all contracts and subcontracts currently in process for safety and maintenance checks. Include the following information for each contract:
Name and address of contracting activity
Name and telephone number of contract person
Dates of contract performance

The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.

Failure to provide the information requested in the evaluation criteria may result in package being found incomplete.

Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. All interested companies shall provide quotation(s) for the requested service.
Award will be made to the Vendor offering the Lowest Price Technically Acceptable (LPTA).
Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

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 (OCT 2018)
The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference:

Solicitation number for this requirement as 36C24219Q0127
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete.
Price. Price should be for all services detailed in section see attached pricing template of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined to be incomplete.
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.

Offers that fail 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:
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.216-1 Type of Contract (APR 1984)
852.215-70 Service-Disable Veteran-Owned and Veteran-Owned Small Business
Evaluation Factors (JUL 2016)
852.270-1 Representatives of Contracting Officers (JAN 2008)

FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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.

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). 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.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
The following provisions are included as addenda to FAR 52.212-4:
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business
852.203-70 Commercial Advertising (JAN 2008)
852.215-71 Evaluation Factor Commitments (DEC 2009)
852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018)
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018)

The following provisions are included as addenda to FAR 52.212-5:
52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
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 (SEPT 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
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 (OCT
2018)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (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)

The Service Contract Act (SCA) of 1965 does apply to this procurement; please provide location where the majority of the work will occur in order for the Contracting Officer to identify the proper SCA Wage Determination.

The Defense Priorities and Allocations System (DPAS) and assigned rating doesn t apply to this procurement.

This is an open-market combined synopsis/solicitation for testing of dental water for Bioburden Colony Count as defined herein.B B The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein for a Veteran-Owned Small Business total set-aside. 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 offer shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than January 21, 2019, 11AM EST; Only electronic submission is accepted via email, please send all proposals to JACOB.BURG@VA.GOV . Solicitation questions should be submitted no later than January 16, 2018 at noon. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer, Jacob Burg at Jacob.Burg@VA.gov
.
Point of Contact
Jacob Burg
Contracting Officer
Jacob.Burg@VA.gov

Jacob Burg

JACOB.BURG@VA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP