Virginia Bids > Bid Detail

J041--FY23: Repair to Main Steam Header New Contract West Palm Beach VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159429887426121
Posted Date: Mar 17, 2023
Due Date: Mar 31, 2023
Solicitation No: 36C24823Q0464
Source: https://sam.gov/opp/08545288be...
Follow
J041--FY23: Repair to Main Steam Header New Contract West Palm Beach VA Medical Center
Active
Contract Opportunity
Notice ID
36C24823Q0464
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 17, 2023 08:37 am EDT
  • Original Date Offers Due: Mar 31, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    West Palm Beach VA Medical Center 7305 North Military Trail , 33410-6400
    USA
Description
RFQ #: 36C24823Q0464
PROJECT TITLE: Repair to Main Steam Header
WEST PALM BEACH VA MEDICAL CENTER (WPBVAMC)

Page 1 of 1
Page 1 of

Page 3 of 26

Page 1 of 1
Page 1 of
This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) 36C24823Q0464.

Submit written quotes in accordance with Addendum to FAR 52.212-1, Instruction to Offerors. Oral quotes will not be accepted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2023-01/ 12-1-2022. North American Industrial Classification Standard (NAICS) 238220, Plumbing, Heating, and Air Conditioning Contractors, with a Size Standard of $19 Million. Please use Service Contract Act WD# 2015-4543 Revision #23 12/27/2022.

West Palm Beach VA Medical Center intends to award a single Firm Fixed Price (FFP) contract for Repair to Main Steam Header. Project timing and hours are only estimates and subject to change due to changes in VA and WPBVAMC priorities.

This procurement is a 100% Total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside and all eligible quoters are encouraged to submit quotes. To be eligible for award quoter must be Verified in the Vendor Information Pages (VIP) (https://www.vip.vetbiz.gov) and be registered with the System for Award Management (SAM) at the time of the close of the RFQ and at the time of award.

Quote shall be valid 90 days from the close of this solicitation.

Questions are due No Later Than Friday March 24, 2023, at 4:00 PM ET. Only email questions will be excepted. Email questions to Contracting Officer Scott Frankel Scott.Frankel@va.gov.

Quotes are due no later than Friday March 31, 2023, at 4:00 PM ET. Quotes will only be accepted in Microsoft Word or .pdf format by email to: Contracting Officer Scott Frankel Scott.Frankel@va.gov. Please insert RFQ# in subject line and Business Size/ Socio-Economic Category.

Table of Contents
SECTION B 3
B.1 CONTRACT ADMINISTRATION DATA 3
B.2 PRICE/COST SCHEDULE 4
ITEM INFORMATION 4
B.3 DELIVERY SCHEDULE 7
B.4 STATEMENT OF WORK 9
SECTION C - CONTRACT CLAUSES 13
C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 13
C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 13
C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 13
C.4 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) 14
C.5 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) 16
SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 17
SECTION E - SOLICITATION PROVISIONS 18
E.1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS 18
E.2 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 21
E.3 52.212-2 EVALUATION OF QUOTES 21


Page 1 of 1
Page 1 of

Page 20 of 26
Page 1 of 1
Page 1 of
SECTION B
B.1 CONTRACT ADMINISTRATION DATA
1. Contract Administration: All contract administration matters will be handled by the following individuals:

CONTRACTOR: (Company Name)
(Address)
(City-State-Zip)
POINT OF CONTACT:
PHONE NUMBER:
E-MAIL ADDRESS:
UEI #:
TAX ID (TIN) #:
FSS #:

GOVERNMENT: Scott Frankel, Contracting Officer
(E): Scott. Frankel@va.gov
Network Contracting Office 8 (NCO 8)
West Palm Beach Services Team
7305 North Military Trail
Palm Beach Gardens, FL 33410

2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:

[[X]
52.232-33 Payment by Electronic Funds Transfer - System for Award Management (OCT 2018)
3. INVOICES/PAYMENT: Invoices shall be submitted electronically the following month services were performed in accordance with:

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

Upon acceptance of services.

Payments shall be made in arrears upon receipt of a properly prepared invoice.

In order to comply with the Improper Payment Elimination and Recovery Act of 2012 (IPERA), the VA has mandated electronic invoice submission to the Veterans Affairs Financial Services Center (VAFSC). VAFSC has partnered with Tungsten Corporation e-Invoicing network, for submissions of all electronic invoices to VA. Tungsten Network electronic invoicing is free to all VA vendors. In order to submit electronic invoices, all VA vendors must register with Tungsten Network by submitting an email to Tungsten Network VA.Registration@tungsten-network.com or calling 1-877-752-0900 option 2 for Enrollment.

VA s Electronic Invoice (e-Invoice) system uses a third-party contractor (Tungsten Network) for submission of electronic invoices. Go to this website to begin submitting electronic invoices, free of charge: http://www.tungsten-network.com/customer-campaigns/veteransaffairs-us/

For assistance setting up e-Invoice, the below information is provided:
Tungsten Network e-Invoice Registration: VA.Registration@tungsten-network.com
Tungsten Network e-Invoice Setup Information: (877)752-0900 (Option 2 - Enrollment)
Tungsten Network Customer Service: (877)489-6135
OB10 Portal to submit electronic invoices: VA.Registration@ob10.com
VAFSC for Invoice receipt or payment questions, call: (877)353-9791 or
VAFSC Email: vafsccshd@va.gov

FACSIMILE, E-MAIL, AND SCANNED DOCUMENTS ARE NOT ACCEPTABLE FORMS OF
SUBMISSION FOR PAYMENT REQUESTS

ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the solicitation numbered and dated as follows:
AMENDMENT NO DATE
___________ __________
___________ __________
___________ __________

CONTRACT ADMINISTRATION
The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitment or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred thereof.
B.2 PRICE/COST SCHEDULE
ITEM INFORMATION
Project timing and hours are only estimates and subject to change due to changes in VA and
WPBVAMC priorities. Please use Service Contract Act WD# 2015-4543 Revision #23 12/27/2022.

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
JB
NSP

Please itemized the quote below

Contractor will be required to furnish all labor, tools and materials required to replace the main steam header located in the Energy Center of the West Palm Beach VA Healthcare system, 7305 N Military Trail, West Palm Beach, Fla.
Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AA

1.00
JB
_______________
_______________

Contractor will be required to furnish all labor
Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024


0001AB
1.00

JB

_______________

_______________

Steam Piping: Steel, ASTM A53/A53M, Grade B, seamless or ERW; ASTM A106/A106M Grade B, seamless; Schedule 80.
Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AC

1.00
JB
_______________
_______________

Steam Condensate and Pumped Condensate Piping: Steel, ASTM A53/A53M, Grade B, seamless or ERW; or ASTM A106/A106M Grade B, seamless, Schedule 80.
Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AD

1.00
JB
_______________
_______________

Vent Piping: Steel, ASTM A53/A53M, Grade B, seamless or ERW; ASTM A106/A106M Grade B, seamless; Schedule 80, galvanized. Cast iron fittings or piping is not acceptable for steam and steam condensate piping.

Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AE

1.00
JB
_______________
_______________

Butt welding fittings: ASME B16.9 with same wall thickness as connecting piping. Elbows will be long radius type, unless otherwise noted.
Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AF

1.00
JB
_______________
_______________

Welding flanges and bolting: ASME B16.5:
Steam service: Weld neck or slip-on, raised face, with non-asbestos gasket.

Non-asbestos gasket will either be stainless steel spiral wound strip with flexible graphite filler or compressed inorganic fiber with nitrile binder rated for saturated and superheated steam service 400 degrees C (750 degrees F) and 10,342 kPa (1500 psig).

Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AG

1.00
JB
_______________
_______________

Flange bolting:
Carbon steel machine bolts or studs and nuts, ASTM A307, Grade B.

Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AH

1.00
JB
_______________
_______________

Welded Branch and Tap Connections:
Forged steel weldolets, or branchlets and threadolets may be used for branch connections up to one pipe size smaller than the main. Forged steel half-couplings, ASME B16.11 may be used for drain, vent and gauge connections.

Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AI

1.00
JB
_______________
_______________

Valves
Asbestos packing is not acceptable.
All valves of the same type will be products of a single manufacturer.
Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AJ

1.00
JB
_______________
_______________

Gate Valves:
50 mm (2 inches) and smaller: Forged steel body, rated for 1380 kPa (200 psig) saturated steam, 2758 kPa (400 psig) WOG, bronze wedges and Monel or stainless-steel seats, threaded ends, rising stem, and union bonnet.

65 mm (2-1/2 inches) and larger: Flanged, outside screw and yoke.

High pressure steam 110 kPa (16 psig) and above system): Cast steel body, ASTM
A216/A216M grade WCB, 1035 kPa (150 psig) at 260 degrees C (500 degrees F), 11-
1/2 to 13 percent chrome stainless steel solid disc and seats. Provide 25 mm (1 inch)
factory installed bypass with globe valve on valves 100 mm (4 inches) and larger.

Valves will be fitted with grease fittings.

All other services: Forged steel body, Class B, rated for 850 kPa (123 psig) saturated steam, 1380 kPa (200 psig) WOG, bronze or bronze face wedge and seats, 850 kPa (123 psig) ASME flanged ends, OS&Y, rising stem, bolted bonnet, and renewable seat rings.

Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AK

1.00
JB
_______________
_______________

Steam Trap:
Each type of trap will be the product of a single manufacturer. Provide trap sets at all low points.

Trap bodies: Steel, constructed to permit ease of removal and servicing working parts without disturbing connecting piping.

The use of raised face flange is required on pipe sizes 1½ inch and above. The use of unions is acceptable for pipe sizes below 1½ inches.

Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024
0001AL

1.00
JB
_______________
_______________

Guides:
Provide factory-built guides along the pipeline to permit axial movement only and to restrain lateral and angular movement. Guides must be designed to withstand a minimum of 15 percent of the axial force which will be imposed on the expansion joints and anchors.

Contract Period: Base
POP Begin: 04-10-2023
POP End: 03-09-2024



GRAND TOTAL

_______________
B.3 DELIVERY SCHEDULE
ITEM NUMBER
QUANTITY
DELIVERY DATE
0001
1.00
04-10-2023 -
03-09-2024
0001AA
1.00
04-10-2023 -
03-09-2024
0001AB
1.00
04-10-2023 -
03-09-2024
0001AC
1.00
04-10-2023 -
03-09-2024
0001AD
1.00
04-10-2023 -
03-09-2024
0001AE
1.00
04-10-2023 -
03-09-2024
0001AF
1.00
04-10-2023 -
03-09-2024
0001AG
1.00
04-10-2023 -
03-09-2024
0001AH
1.00
04-10-2023 -
03-09-2024
0001AI
1.00
04-10-2023 -
03-09-2024
0001AJ
1.00
04-10-2023 -
03-09-2024
0001AK
1.00
04-10-2023 -
03-09-2024
0001AL
1.00
04-10-2023 -
03-09-2024

B.4 STATEMENT OF WORK
West Palm Beach Veterans Affairs Medical Center
7305 N Military Trail, West Palm Beach, FL 33410
561-422-8262

Statement of Work for
Replacement of Boiler Plant Main Steam Header

Introduction and Scope of Work
Contractor will be required to furnish all labor, tools and materials required to replace the main steam header located in the Energy Center of the West Palm Beach VA Healthcare system, 7305 N Military Trail, West Palm Beach, Fla.

All work will be performed IAW the VA steam design manual, the current editions of VA design guides, VA design and construction procedures, and the VA master specifications. Work shall also comply with the provisions of the current edition of ASME B31.1 Code for Pressure Piping.

Requirements

Overview
Contractor shall fabricate and install a new main steam header adjacent to the existing steam header.
Existing steam and condensate lines will be rerouted to the new header.
Some work will require shut down of the existing boiler plant.
This work will need to be done outside normal working hours and should be considered by the contractor when submitting a proposal.
Due to the emergency nature of the repairs, all work will need to be completed within 90 days from notice to proceed. Deviation from this deadline will require approval from the Contracting Officer and COR.

Contractor will provide submittals for all materials used to the COR for approval.
Materials used will meet the following requirements:
Steam Piping: Steel, ASTM A53/A53M, Grade B, seamless or ERW; ASTM A106/A106M Grade B, seamless; Schedule 80.
Steam Condensate and Pumped Condensate Piping: Steel, ASTM A53/A53M, Grade B, seamless or ERW; or ASTM A106/A106M Grade B, seamless, Schedule 80.
Vent Piping: Steel, ASTM A53/A53M, Grade B, seamless or ERW; ASTM A106/A106M Grade B, seamless; Schedule 80, galvanized.

Cast iron fittings or piping is not acceptable for steam and steam condensate piping.
Butt welding fittings:
ASME B16.9 with same wall thickness as connecting piping. Elbows will be long radius type, unless otherwise noted.
Welding flanges and bolting: ASME B16.5:
Steam service: Weld neck or slip-on, raised face, with non-asbestos gasket.
Non-asbestos gasket will either be stainless steel spiral wound strip with flexible graphite filler or compressed inorganic fiber with nitrile binder rated for saturated and superheated steam service 400 degrees C (750 degrees F) and 10,342 kPa (1500 psig).
Flange bolting:
Carbon steel machine bolts or studs and nuts, ASTM A307, Grade B.
Welded Branch and Tap Connections:
Forged steel weldolets, or branchlets and threadolets may be used for branch connections up to one pipe size smaller than the main. Forged steel half-couplings, ASME B16.11 may be used for drain, vent and gauge connections.
Valves
Asbestos packing is not acceptable.
All valves of the same type will be products of a single manufacturer.
Gate Valves:
50 mm (2 inches) and smaller: Forged steel body, rated for 1380 kPa (200 psig) saturated steam, 2758 kPa (400 psig) WOG, bronze wedges and Monel or stainless-steel seats, threaded ends, rising stem, and union bonnet.
65 mm (2-1/2 inches) and larger: Flanged, outside screw and yoke.
High pressure steam 110 kPa (16 psig) and above system): Cast steel body, ASTM A216/A216M grade WCB, 1035 kPa (150 psig) at 260 degrees C (500 degrees F), 11-1/2 to 13 percent chrome stainless steel solid disc and seats. Provide 25 mm (1 inch) factory installed bypass with globe valve on valves 100 mm (4 inches) and larger.
Valves will be fitted with grease fittings.
All other services: Forged steel body, Class B, rated for 850 kPa (123 psig) saturated steam, 1380 kPa (200 psig) WOG, bronze or bronze face wedge and seats, 850 kPa (123 psig) ASME flanged ends, OS&Y, rising stem, bolted bonnet, and renewable seat rings.
Steam Trap:
Each type of trap will be the product of a single manufacturer. Provide trap sets at all low points.
Trap bodies: Steel, constructed to permit ease of removal and servicing working parts without disturbing connecting piping.
The use of raised face flange is required on pipe sizes 1½ inch and above. The use of unions is acceptable for pipe sizes below 1½ inches.
Guides:
Provide factory-built guides along the pipe line to permit axial movement only and to restrain lateral and angular movement. Guides must be designed to withstand a minimum of 15 percent of the axial force which will be imposed on the expansion joints and anchors.

Welding Qualifications:
Before any welding is performed, contractor will submit a certificate certifying that welders comply with the following requirements:
Qualify welding processes and operators for piping according to ASME BPVC Section IX, AWS Z49.1 and AWS B2.1/B2.1M.
Comply with provisions in //ASME B31.9// //ASME B31.1//.
Certify that each welder and welding operator has passed AWS qualification tests for welding processes involved and that certification is current and recent. Submit documentation to the COR.
All welds will be stamped according to the provisions of the American Welding Society.

Fabrication
The new steam header piping connections shall match up to the existing steam header.
Materials and techniques used for fabrication of new steam header shall comply with VA Master Specifications, the provisions of the current edition of ASME B31.1 Code for Pressure Piping

Installation
Contractor shall install appropriate piping support and foundation pads as needed to properly support the new steam header and associated piping.
Supports shall installed in accordance with VA Master Specifications, and the provisions of the current edition of ASME B31.1 Code for Pressure Piping
Contractor shall reroute all existing steam and condensate piping from the old header to the new header.
All piping connections shall be made with new valves, gaskets, and associated hardware.
New steam vent muffler/silencer with gaskets and associated hardware will be installed.
Existing roof penetration can be used but contractor will be responsible for properly sealing around the piping to prevent water intrusion.
New warm up / bypass valves with gaskets, and associated hardware will also be installed.
New condensate drain piping and valves will be installed to include new steam traps.
Relocate the existing steam pressure transmitters to a height and location that allows for readability and provides serviceability.
Steam pressure transmitter piping will be installed per the manufacture s installation requirements.
Contractor will perform calibration on the relocated steam pressure transmitters.
The temporary boiler supply line will be rerouted from boiler 3 to the new supply header and be provided with a new valve, gaskets and associated hardware.
Contractor shall install new pipe insulation in all areas where the insulation was disturbed along with all newly installed piping.
Pre-formed pipe Insulation:
ASTM C533, Type I and Type II with indicator denoting asbestos-free material.
Pre-molded Pipe Fitting Insulation:
ASTM C533, Type I and Type II with indicator denoting asbestos-free material.
Equipment Insulation:
ASTM C533, Type I and Type II

Demolition
Upon successful migration to new steam header, contractor will remove and dispose of old steam header, associated piping, piping supports and foundation pads.

Startup and Testing
Contractor shall perform a startup operational test in accordance with the VA Boiler Plant operating procedures.
Contractor shall perform testing of all operational controls and safety devices related to the work to ensure proper operation.
Contractor shall provide COR with documentation of all testing.
Additional Contractor requirements
Contractor is responsible to maintain the work area in a neat and orderly condition.
Contactor shall provide a dumpster for disposal of old materials and any debris generated during the work.
Contractor shall ensure the work area is broom clean at the end of each shift.
Recommend potential bidders participate in the site visit.

Only West Palm Beach VAHCS Personnel are authorized to turn On or Off any electrical circuits or to Open or Shut any valves.
SECTION C - CONTRACT CLAUSES
C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
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):
(End of Clause)
FAR Number
Title
Date
52.204-19
INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS
DEC 2014
52.212-4
CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
OCT 2018
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
852.203-70
COMMERCIAL ADVERTISING
MAY 2018
852.270-1
REPRESENTATIVES OF CONTRACTING OFFICERS
JAN 2008
852.232-72
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
NOV 2018
C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
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 15 days of the expiration of this contract.
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).
NOTE: The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause.
(End of Clause)
C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 7 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years.
(End of Clause)
C.4 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran owned small business concern or SDVOSB :
(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 802.101, 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 part 74 and is so listed in the Vendor Information Pages (VIP) database (https://www.vip.vetbiz.va.gov); and
(v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set-asides and sole source contracts.
(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 eligible service-disabled veteran-owned small business concerns. Only VIP-listed service-disabled veteran-owned small business concerns (SDVOSBs) may submit offers in response to this solicitation. Offers received from concerns that are not VIP-listed service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a VIP-listed service-disabled veteran-owned small business concern that meets the size standard for the applicable NAICS code.
(c) Representation. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible. Therefore, any reference in 13 CFR part 121 and 125 to a service disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB and only such concern(s) qualify as similarly situated. The offeror must also be eligible at the time of award.
(d) Agreement. Agreement. When awarded a contract (see FAR 2.101, Definitions), including orders under multiple-award contracts, or a subcontract, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR part 121.406 and 125.6, provided that for purposes of the limitations on subcontracting, only VIP-listed SDVOSBs shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An independent contractor shall be considered a subcontractor. An otherwise eligible firm further agrees to the following:
(1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs.
(2) Supplies or products.
(i) In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs.
(ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted.
(3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs.
(4) Special trade contractors. In the case of a contract for special trade contractors, it will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs.
(5) Subcontracting. Any work that a VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, cost of materials is excluded and not considered to be subcontracted. For mixed contracts and additional limitations, refer to 13 CFR 125.6.
(e) Joint ventures. A joint venture may be considered an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any reference therein to service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to mean a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants.
(f) Precedence. For any inconsistencies between the requirements of the SBA program for service-disabled veteran-owned small business concerns and the VA Veterans First Contracting Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program requirements have precedence.
(End of Clause)
C.5 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION)
(a) This solicitation includes VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION)
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records, or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.
(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
(End of clause)
36C24823Q0247

Page 1 of 1
Page 1 of

Page 26 of 26
Page 1 of 1
Page 1 of

SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS

SECTION E - SOLICITATION PROVISIONS
E.1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
Submit your company s quote in writing via email utilizing either PDF or Word format. You may not submit more than one quote. If a concern submits more than one quote all quotes will be rejected, and the company will be considered nonresponsive. Quotes received that do not include all information in accordance with this RFQ will be considered unacceptable and the company will be deemed nonresponsive.

Information to be submitted:

Provide the following information on the first page of your quote:

Contractor s Cover Page

Contractor:

Address:
(address line 1)

(address line 2)

(City, State Zip Code)

Point of Contact:

Phone Number:

Email Address:

DUNS:

Second page, provide the following information:

All quotes shall include at a minimum a statement regarding the terms and conditions herein as follows:

The terms and conditions contained in the RFQ are acceptable to be included in the award document without modification, deletion or addition.

Or

The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:

ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:

AMENDMENT NO
DATE


The above amendment section must be filled out if an Amendment(s) is sent to the offeror or posted on Contract Opportunities at https://beta.sam.gov and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute rejection of the offer.

The Government intends to award a contract as a result of this RFQ to the responsible quoter whose quote conforms to the RFQ requirements and is the best value. Quotes will be evaluated for acceptability only and shall not be rated. Quoters must be determined responsible per the standards of FAR Part 9 to be eligible for award.

Quoter shall complete Section B.2 Price/ Cost Schedule.
Quoter shall at a minimum provide a statement that the service meets all requirements of the Performance Work Statement.
Quoter shall provide up to five (5) past performance references of a Federal, State, local government, or private contracts under which Quoter has provided similar services, of similar size and complexity required in this solicitation within the last five (5) years.
Quoter shall provide a completed copy of the Limitation of Subcontracting Certification.

Provide a narrative description of the service rendered and how it is like the services required by this solicitation.

Facility/ Company Name:
Address:

Phone Number:
Point of Contact:
Start/End of contract:
Narrative:



Subject: Compliance with 13 C.F.R. 125.6
DATE:
Contractor Point of Contact:
Business Name:
UEI #:
Solicitation Number: 36C24823Q0464

Offerors are required to comply with 13 C.F.R. 125.6. Offerors are to check which block applies:

[ ] I certify that no subcontractors are anticipated in performing services under this contract.

[ ] I certify that my company and those anticipated subcontractors that are similarly situated, are estimated to receive at least 50% of the value of this contract. I understand that a similarly situated subcontractor must meet the size standard for NAICS assigned by the prime and must be in certified in VIP. Please provide the following information to identify and calculate the cost of the work self-performed and what is subcontracted.
Contractor UEI/DUNs Number Description of Work COST of work in %
Total % of value of contract by Prime Contractor ____________
Total % of value of contract by similarly situated subcontractors ____________
WARNING: Severe Penalties for Contractors that violate the Limitations on Subcontracting Rule: If caught during the performance violating the FAR government subcontracting rules or limitations on subcontracting clause under the Code of Federal Regulations 13 C.F.R. 125.6(g), there can be stiff penalties: Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a Government contract or subcontract pursuant to FAR 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). Contracting Officers may require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during the performance of the contract by having the Contractor provide invoices, copies of subcontracts, or a list of the value of tasks performed.
IAW 1001 of Title 18, I certify the above representations are true and correct to the best of my knowledge.
_________________________________________________ ____________
(Contractor) Date
Return this certification via email to: Michael.Zorzi@va.gov

E.2 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
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):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/

(End of Provision)
FAR Number
Title
Date
52.204-7
SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
AUG 2020
52.204-24
52.212-1
REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT
INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
OCT 2020
JUN 2020

(End of Addendum to 52.212-1)
E.3 52.212-2 EVALUATION OF QUOTES
Basis for Award
Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price.

The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

Evaluation factors will be considered in descending order of importance:

Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance.
Past Performance: Prospective contractors may provide a list of five business references for which the contractor performed the same or similar scope as required in the performance work statement. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed.

Contractor s Proposed Rate for: The above-mentioned requirements mentioned in the SOW.

Limitation of Subcontracting: Completed Form indicating that the Prime SDVOSB is performing at least 50% of the cost/work.

Following receipt of quotes, the Government will perform a comparative evaluation of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability.

Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues.

The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

TECHNICAL APPROACH OUTLINE (TAO):

The quoter shall provide its proposed solution to meeting the requirements outlined in the Performance Work Statement (PWS). The TAO shall clearly demonstrate the quoter s understanding of the requirement and that the contractor is capable of meeting the specific tasks listed in the PWS. This document shall describe in detail the activities and measurable outcomes required to implement and perform its proposed solution.

The government will evaluate the quoter s Technical Approach to determine the manner and extent to which the quoter s proposed technical approach will meet the government s objectives as described in the PWS and the requirements in the RFQ. The government will evaluate the quoter s TAO based on its feasibility and appropriateness in accomplishing the objectives of the PWS and this RFQ. Additionally, the government will evaluate the feasibility and appropriateness applied in the TAO, effectiveness of the schedule, and work approach. The government will also evaluate the quoters on the clarity of their approach and their ability to convey to the government their capability to perform the requirements of the PWS and this RFQ with minimal risk and cost-effective ideas.

PAST PERFORMANCE:
Past Performance Information and Retrieval System (PPIRS) information and Dun and Bradstreet will be utilized for the past performance evaluation.

The Government shall review available past performance data in the Federal Awardee Performance and Integrity Information System found in the Past Performance Information Retrieval System found at https://fapiis.ppirs.gov/.

Quoters shall identify up to five (5) current or recently completed (within the last five [5] years) contracts that are the same or similar in volume, complexity and dollar value to the contract being solicited herein. Quoter shall provide the information as fully set forth in Paragraph E.1, page 19 of this solicitation.

Additionally, the Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the offeror when evaluating past performance.

PRICE EVALUATION:

The Quoter's Total Evaluated Price (TEP) will be determined by multiplying each price proposed in the schedule by the applicable estimated quantity and adding all of these together. The Quoter s TEP will be evaluated by the Contracting Officer for reasonableness. The individual prices proposed in the schedule may also be evaluated for reasonableness. Reasonableness may be determined by comparing the quoted price to historical prices for similar efforts, comparison to the Independent Government Estimate (IGE), or other methods at the sole discretion of the Government. A reasonable price represents an amount that a prudent person would pay in a competitive business environment. The Government intends to evaluate the Option to Extend Services, provided under FAR 52.217-8 as fully set forth in Paragraph C.3 of this Solicitation.


(End of Provision)
Attachments/Links
Attachments
Document File Size Access Updated Date
36C24823Q0464.docx (opens in new window)
101 KB
Public
Mar 17, 2023
file uploads

Contact Information
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 17, 2023 08:37 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >