Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

59 -- Re-core Locks throughout Hospital and Remote Clinics

Notice Date
8/14/2020 12:52:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423710 — Hardware Merchant Wholesalers
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q0575
 
Response Due
8/20/2020 9:00:00 AM
 
Archive Date
10/19/2020
 
Point of Contact
Darlene Chase, Darlene.Chase@va.gov, Phone: 404-321-6111 x2428
 
E-Mail Address
darlene.chase@va.gov
(darlene.chase@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
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 on this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ), and a written solicitation document will not be issued. The solicitation number is 36C24720Q0575. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2020-08 effective August 13th, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 423710 and the Small Business Size standard is 150 Employees. This combined/synopsis solicitation is set aside for Service- Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Businesses (VOSB s) in accordance with VAAR 852.219-10 and 852.219-11. Only VA verified SDVOSB s and VOSB s in the VIP at the time of contract award will be considered. All non-VIP verified firms will be considered non-responsive and ineligible for award. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. This RFQ is set-aside for 100% Service- Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses. The Carl Vinson VA Medical Center and all six Community Based Outpatient Clinics; Brunswick, Albany, Tifton, Bibb, Perry, Milledgeville has a requirement for a contractor to provide all labor, travel, materials, and coordination as required to replace all Best door lock cores. GENERAL INFORMATION 1. General Requirement Re-core Locks throughout Hospital and Remote Clinics Carl Vinson VAMC, Dublin, GA Contractor shall provide all labor, travel, materials, and coordination as required to replace all Best door lock cores at the Carl Vinson VA Medical Center and all six Community Based Outpatient Clinics; Brunswick, Albany, Tifton, Bibb, Perry, Milledgeville. Work shall include 6,500 Best 7-pin cores, two keys per core, Keystone software upgrade, one SAM box and associated proximity card reader. The contractor shall provide all equipment, parts, labor, and services necessary to complete the replacement at Carl Vinson VAMC, 1826 Veterans Blvd, Dublin, GA and all associated CBOCs. All work will be in accordance with applicable local, state, and federal codes, guidelines, and regulations governing such work. 2. DAYS AND HOURS OF OPERATION: Monday - Friday, 8:00 a.m. to 5:00 p.m. 3. PERFORMANCE REQUIREMENT: Removal and Disposal: Remove all existing cores as the new cores are being installed. Removal will include approximately 5,000 cores. Turn all removed cores over the VA for disposal. Installation: Install new Best MX8 Combinated IC cores at seven locations shown below: Dublin VAMC 1826 Veterans Blvd, Dublin, GA 31021, all buildings Brunswick CBOC 1111 Glynco Pkwy Ste 200, Brunswick, GA 31525 Albany CBOC 814 Radford Blvd, Albany, GA 31704 Tifton CBOC 1824 Ridge Avenue North, Tifton, GA 31794-3441 Bibb CBOC 5566 Thomaston Road, Macon, GA 31220-8118 Perry ORC 2370 South Houston Lake Road, Kathleen, GA 31047-5400 Milledgeville CBOC 2249 Vinson Highway Southeast, Milledgeville, GA 31061-4807 Best Cores to be 1 CXMX8 X Series Keyway to match locks at the facilities, finish 626. Quantity 6,500 cores. There are approximately 5,000 door cores that need to be replaced. The additional cores are for future additions and projects where new cores on the same system will be required. Additional cores to be turned over the VA. Each door lock will have two keys included. One Sam Cabinet/Box, 64 key, Best Model Number K1C2828B064G/6DX28WX28H. This box shall be installed in the EMS area at the Dublin VAMC, Building 11C. One proximity card reader shall be installed and connected to this Sam box and tied into our main security card access system. Keystone Software shall be upgraded for existing users to include new locks. Work shall include labor to map out all core locations and installation. Installer should provide concise timelines for installation, within 90 days. Warranty: One-year warranty to include parts, technical and software phone support and software upgrades. 5. PROPOSAL: Proposal should include parts and labor expected to be used. 6. CONTRACTING PERFORMANCE MONITORING: The government reserves the right to monitor services in accordance with the Performance Requirements. CLIN DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 1 ""Re-core Locks throughout Hospital and Remote Clinics"" Contractor shall provide all labor, travel, materials, and coordination as required to replace all Best door lock cores at the Carl Vinson VA Medical Center and all six Community Based Outpatient Clinics; Brunswick, Albany, Tifton, Bibb, Perry, Milledgeville. Work shall include 6,500 Best 7-pin cores, two keys per core, Keystone software upgrade, one SAM box and associated proximity card reader. The contractor shall provide all equipment, parts, labor, and services necessary to complete the replacement at Carl Vinson VAMC, 1826 Veterans Blvd, Dublin, GA and all associated CBOCs. All work will be in accordance with applicable local, state, and federal codes, guidelines, and regulations governing such work. 1 JB __________ _______________ GRAND TOTAL _______________ The following provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) Addendum to FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) Paragraph (c) is modified to read as follows: (c) Period for the acceptance of offers. The offeror agrees to hold the prices in its offer for 90 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) 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. The Government intends to make award to the lowest priced technically acceptable. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: EVALUATION FACTORS FOR PROPOSALS The lowest price technically acceptable source selection process will be used as basis of award. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for all non-cost/price factors. **ALL factors must be rated ACCEPTABLE to be considered for award. The following evaluation factors will be used: 1. Technical 2. Relevant Experience/Past Performance 3. Price The lowest price technically acceptable (LPTA) source selection process will be used as basis of award for these services. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for all non-cost/price factors with appropriate consideration given to the evaluation factors. RATING SYSTEM Each factor will be scored as wither Acceptable or Unacceptable as defined below. Each proposal will be evaluated against the Statement of Work (SOW) and the stated evaluation criteria. Each proposal is evaluated using the same standards. Each evaluation factor has specific documents and information that must be submitted with an Offeror s quote. Proposals shall be clearly written, unambiguous, and all-inclusive of the required information for assessment against the stated factors. Failure to provide all requested documents and information may result in a rejected bid and or unacceptable rating. AWARD CRITERIA The Contracting Officer (CO) intends to award this contract to the Offeror representing the best value to the Government based off lowest price technically acceptable in accordance with FAR Part 13. The criteria for evaluation are: 1) Technical Approach; 2 Relevant Experience/Past Performance; 4) Price. When combined, Technical Approach, and Relevant Experience/Past Performance are significantly less important than price. To receive consideration for award, a rating of no less than Acceptable must be achieved for the Technical and Management and Factors for Relevant Experience/Past Performance. Offerors are cautioned that the awards shall be made based upon the lowest prices offered. The Government intends to award only one (1) contract. Relevant Experience/Past Performance The Relevant Experience/Past Performance evaluation will assess the relative risks associated with an offeror s likelihood of success in performing the solicitation s requirements as indicated by that offeror s record of Relevant Experience/Past Performance. Offerors that have provided the service for other facilities in the past must provide dates of service provided (minimum of 2 years experience), facility and government point of contact or; Offerors that have not provided this exact service for facilities in the past must provide at least two (2) references of other similar facilities where the exact service for performing Re-core Locks work was provided (minimum of 2 years experience) you may use the Past Performance Information Survey form provided within this solicitation. Past Performance Survey OFFEROR INSTRUCTIONS: A separate survey must be completed for each reference. The completed surveys must be included with the offeror s technical proposal. EVALUATOR INSTRUCTIONS: The Department of Veterans Affairs is considering the Offeror listed below for award of a VA contract. Your comments would be appreciated regarding this company s past performance. Your comments are considered Source Selection Sensitive. The name of the individuals providing reference information is confidential and will not be released or made publicly available. Name of Company being evaluated: Evaluator s Name: Evaluator s Company Name, Address and Phone number: Indicate what contracts did this offeror provided for your company? Provide the total contract amount, dates of performance, and contract number. Evaluation Questions Comment on the overall quality of contractor s work. Were there any performance issues/concerns? If so, how were they handled? If any changes were needed, was the contractor flexible in responding to those changes? Price As a last step of the evaluation process, the Government will perform a price analysis to determine the best value solution. The Government will consider award to lowest priced technically acceptable Offeror. *ALL factors must be rated ACCEPTABLE to be considered for award. Acceptable ALL the minimum acceptable criteria are clearly met by the proposal. The offeror s proposal meets the performance and technical capability requirements defined in the SOW. NOTE: Once the proposals have been determined to be technically acceptable, award will be based on cost/price only. Unacceptable Not all the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. Proposals that fail to meet specified minimum performance and technical capability requirements defined in the SOW. (b) 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). (c) 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 there are negotiations after its receipt, unless a written notice of withdrawal is received before award. GENERAL INSTRUCTIONS Electronic Submissions: Offerors must email their proposals for the items described above and are due by 12 noon EST. on Thursday August 20th, 2020 to Darlene Chase at Darlene.Chase@va.gov Include the solicitation number and DUNS number in the Subject line. Late offers will not be accepted, and no telephonic inquiries will be accepted. SELECTION PROCESS Proposals will be evaluated under the Lowest Price Technically Acceptable methodology. The proposals must demonstrate a clear understanding of the nature and scope of the work required. Only certified Service-Disabled Veteran Owned Small Businesses (SDVOSB) in VetBiz will be evaluated. Technical Capability offered to meet the Government requirement Lowest Price Technically Acceptable Offerors, if not registered in SAM, must include completed copies of the provision at 52.212-3 (MAR 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. The following identified clauses are incorporated by reference: 52.2014-9, 52.204-18, 52.217-8,52.217-9, 52.219-9, 52.222-41, 52.232.40, 52.233-2, 52.237-3, 52.242-17, 52.252-2, 852.215-70, 852.215-71, 852.232-72, 852.237-70, 852.270-1, 52-212-5. Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items (May 2014) FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-4, 52.204-9, 52.209-6, 52.222-1, 52.222-3, 52,222-12, 52.222-21, 52.222-35, 52.222-36, 52.222-41, 552.222-37, 52.222-50, 52.222-55, 52.223-18, 52.225-13, 52.232-33, 852,20-70.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e56968b40c6d44b4a6f91152664f8605/view)
 
Record
SN05759080-F 20200816/200814230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.