Virginia Bids > Bid Detail

5670--Western New York Overhead Doors Replacement (VA-23-00068585)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159728379466353
Posted Date: Jun 8, 2023
Due Date: Jun 15, 2023
Solicitation No: 36C24223Q0784
Source: https://sam.gov/opp/09148f0e64...
Follow
5670--Western New York Overhead Doors Replacement (VA-23-00068585)
Active
Contract Opportunity
Notice ID
36C24223Q0784
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
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: Jun 08, 2023 03:33 pm EDT
  • Original Date Offers Due: Jun 15, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5670 - BUILDING COMPONENTS, PREFABRICATED
  • NAICS Code:
    • 332321 - Metal Window and Door Manufacturing
  • Place of Performance:
    Western NY VA Healthcare 3495 Bailey Avenue Buffalo , 14215-1129
Description
DESCRIPTION
The Department of Veterans Affairs Western New York Healthcare System located at 3495 Bailey Avenue, Buffalo, NY 14215 has a requirement for logistics receiving department overhead door replacement. The VA Western NY Healthcare System at Buffalo shall award a firm fixed price contract to a Contractor authorized to supply and install two overhead doors that match the current door that was already replaced with a period of performance starting on or around June 25, 2023 through September 25, 2023.
The Buffalo VA Medical Center has a procurement request for the replacement of two overhead doors. This is a Combined Synopsis Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Interested Contractors that respond to this Combined Synopsis Solicitation must provide evidence that they are able to meet all of the requirements identified herein. This requirement is being solicited unrestricted.
The proposed contract action is for supplies for which the Government intends to solicit competitive offers to award a firm fixed price contract. Interested Contractors may submit offers, and all eligible offers received prior to the date listed in SAM.gov shall be considered by the Government. The NAICS code for this requirement is 332321 and the size standard is 750 Employees.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-03. Only emailed proposals received directly from the offeror shall be considered.

Statement of Work
Overhead Door Replacement

GENERAL
This requirement is for the removal and replacement of two (2) overhead doors for the Western New York Veterans Health Administration. They are located in the basement of Building One (1), C-Wing, Logistics Loading Dock at 3495 Bailey Avenue, Buffalo, NY 14215. The period of performance shall be from 06/25/2023 to 09/25/2023.
SCOPE
The Contractor shall provide all parts, materials, labor, supervision, test equipment, technical manuals, transportation, and warranty necessary to remove and replace two (2) loading dock overhead doors.

SPECIFIC TASKS

Vendor shall field measure existing doors to ensure new doors fit properly.
Remove and haul away existing overhead doors, opener, and associated hardware on loading dock bays (numbers one (1) & three (3)).
Install a new Wayne Dalton MDL823C Thermotite (to match the existing #2 door), Right hand, 22 gauge insulated rolling steel door as per manufacturers specifications.
Installation shall include exterior face of brick jamb mount guides, hood, end covers, weather seals, and through wall interior mount Wayne Dalton H-50-3LS ½ horsepower 208 volt- three phase door opener with emergency manual chain hoist, three button control station, and 2-wire bottom electric safety edge. Three button control station shall be installed where existing three (3) button control station is located.
Existing idler pulley shall be reused.
All wiring shall be performed by the Buffalo VAMC Electrical Department.
Contractor shall perform a full function test once everything is installed and electrically connected prior to turning it over to the facility.

WARRANTY

All labor and materials covered under this contract shall have a one (1) year warranty. Vendor shall respond within four (4) hours to warranty inquires and shall be on-site within twenty-four (24) hours to address any warranty claims.

SCHEDULE

All work shall be performed during normal business hours 7:00 P.M. 3:30 P.M. Monday Friday unless express permission is given by the COR.
All work shall take place during the schedule approved by the COR, excluding Federal Holidays (New Year s Day, Birthday of Martin Luther King, Jr., Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day).

VENDOR REQUIREMENTS

Shall assign a competent person to manage all aspects of work and given appropriate authority and be defines as the Project Manager.
Shall have 5 years experience maintaining and repairing commercial overhead doors at the scale required by the VAMC.

SECURITY REQUIREMENTS

All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access.
General Contractor s employees shall not enter the project site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site.
No photography of VA premises is allowed without written permission of the Contracting Officer.
VA reserves the right to close or shut down the project site and order General Contractor s employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer.
At any time, the VA reserves the right to directly supervise the operations of the vendor.

SAFETY

All contractor employees working on-site shall complete an Occupational Safety & Health Administration (OSHA) approved construction safety training course. The required level of training is as follows: 10-hour training for on-site workers and/or 30-hour training for on-site supervisors. OSHA certificates shall be submitted to the COR prior to commencement of work on-site.
The Contractor shall provide and use all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1926.
No tools or equipment shall be left unattended.
All work areas shall be clean and left in original condition at the close of each workday.
Aerial lift shall comply with OSHA Standard 1926.453 and have a pre-operational checklist to be completed prior to operation each day.
Prior to start of work, a job safety analysis that addresses the potential/actual hazards of the work, and how those hazards are to be controlled to ensure the safety of VA staff and patients. A job safety analysis sheet shall be submitted with bid proposal and be approved by the COR.

TRAINING

The Contractor and all their employees shall be provided training from the Engineering Department and the Safety Office. Safety training shall be conducted the first day on the job.

RECORDS MANAGEMENT

Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.
Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format (paper, electronic, etc.) or mode of transmission (email, fax, etc.) or state of completion (draft, final, etc.).
No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

REQUIRED REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT SYSTEM (CPARS)

As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs evaluates Contractor past performance on all contracts that exceed the thresholds outlined in FAR Part 42.15 and shares those evaluations with other Federal Government Contracting Specialists and Procurement Officials. The FAR requires that the Contractor be provided an opportunity to comment on past performance evaluations prior to the posting of each report. To fulfill this requirement, the Department of Veterans Affairs uses an online database, the Contractor Performance Assessment Reporting System (CPARS). Each Contractor whose contract award is estimated to exceed the thresholds outlined in FAR Part 42.15 is required to provide to the Contracting Officer contact information for the Contractor s representative with their response to the solicitation. The Contractor is responsible to notify the Contracting Officer of any change to the Contractor s representative during the contract period of performance. The Contractor s representative contact information consists of their name, telephone number, and email address.

The Government shall register the respective awarded contract within thirty (30) days after contract award. For contracts exceeding one (1) year, the Contracting Officer will evaluate the Contractor s performance annually. Intermediate reports shall be filed each year until the last year of the contract, when the final report shall be completed. Each report shall be forwarded in CPARS to the Contractor s designated representative for comment. The Contractor s representative will have thirty (30) days to submit any comments and return the report to the Contracting Officer. Failure by the Contractor to respond within those thirty (30) days will result in the Government s evaluation being placed on file in CPARS without any Contractor comments.Â

CONTRACT TERM

The respective awarded contract period of performance shall run from July 1, 2023 through September 30, 2023.

Schedule of Required Supplies

Please Note: Offerors must provide pricing on all items in the Schedule of Required Supplies and services as listed above.
Firm Fixed Price Contract: July 1, 2023 through September 30, 2023

52.212-2 EVALUATION COMMERCIAL ITEMS (October 2014)
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 quotations:

Technical or Quality
Past Performance
Veterans Involvement
Price
(c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.
Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database at time of quotation submission and at time of award ( https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database ( https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award.
Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. If your proposal does not provide pricing for all of the line items it shall be evaluated as unacceptable and will receive no further consideration for award.

This is a combined synopsis solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and the Government shall award a contract for the Supply and Installation of Overhead doors to the Buffalo VAMC. This combined synopsis solicitation shall result in the award of a firm fixed price contract. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) may be accessed on the Internet at https://www.acquisition.gov/content/regulations. The North American Industry Classification System (NAICS) code is 332321 with a size standard of 750 employees applies to this solicitation. This requirement consists of supplying and installing Overhead doors with a period of performance of June 25, 2023, through September 25, 2023. Delivery of Overhead doors shall be to the Buffalo VA Medical Center, 3495 Bailey Avenue, Buffalo, NY 14215. The following solicitation provisions and contract clauses apply:

VAAR 852.208-70, Service-Disabled Veteran Owned and Veteran Owned small business evaluation factors-orders or BPA. NOV 2022
VAAR 852.208-71, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation factor commitments-orders and bpas. NOV 2022
VAAR 852.211-72 Technical Industry standards Nov 2018.
VAAR 852,242-71, Administrative Contracting Officer OCT. 2020.
VAAR 852.247-73, Packing for Domestic Shipment OCT 2018.
FAR 52.252-2 Clauses incorporated by Reference. FEB 1998
FAR 52.204-13 System for Award Management maintenance. OCT 2018
VAAR 852.203-70, Commercial Advertising. May 2018.
VAAR 852.232-70, Electronic submission of payment requests.
VAAR 852.215-70, Service-Disabled Veteran Owned and Veteran owned small business evaluation factors. OCT 2019
VAAR 852.215-71 Evaluation Factor Commitments OOCT 2019.
VAAR 852.246-71, Rejected Goods OCT 2018
FAR 52.204-24, Representation regarding certain Telecommunications and Video Surveillance services or equipment NOV 2021.
FAR 52.12-2 Evaluation-Commercial Products and Commercial Services.
FAR 52.252-1, Solicitation provisions incorporated by reference. Feb 1998.
FAR 52.204-7 System for Award Management
FAR 52.211.6 Brand Name or Equal Aug 1999.
VAAR 852.239-75, Information and Communication Technology accessibility notice Feb 2023.
VAAR 852.232-72, Electronic Submission of Payment Requests (November 2018)
VAAR 852.246-71, Reject Goods (October 2018)
VAAR 852.201-70, Representatives of Contracting Officers (Dec 2022)
VAAR 852.273-74, Award Without Exchanges Nov 2021)

Proposals are due no later than Thursday June 15, 2023, 4:00 PM Eastern Standard Time. Use electronic mail to submit proposals to Lorraine.Hussain@va.gov and ensure that your proposal is signed and dated. Telephone inquiries shall not be accepted. Please submit any questions regarding this solicitation via email to Lorraine.Hussain@va.gov by no later than Wednesday June 8, 2023, 4:00 PM Eastern Standard Time. If necessary, the Contracting Officer shall publish an amendment to SAM.gov to answer all questions received during the time period.
Attachment A: Delivery Information and Invoicing Information
Individual Orders: Delivery orders and purchase orders shall be issued by a Contracting Officer. No other methodology for ordering is acceptable. Only warranted Contracting Officers have the authority to issue purchase orders.
Delivery: All deliveries shall be made to the following address:
VA Western NY Health Care System
3495 Bailey Avenue
Buffalo, NY 14215
Shipping: All Supplies are to be shipped FOB Destination without any exceptions.
Invoicing: The obligation of funds shall occur at the delivery order level. Each delivery order number shall have a corresponding purchase order number. To receive payment, the Contractor must invoice against the purchase order number associated with the corresponding delivery order number. Invoices must be submitted electronically through the Tungsten Network against the correct purchase order number. Invoices must include the following: the purchase order number, the order date, the order number or the invoice number.
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 08, 2023 03:33 pm 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 >