SOLICITATION NOTICE
J -- FY25 Service (Base + 2) - WNY Electrical Distribution Maintenance - 528/528A4
- Notice Date
- 6/30/2025 4:12:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225Q0696
- Response Due
- 7/18/2025 9:00:00 AM
- Archive Date
- 09/01/2025
- Point of Contact
- Nathan Northrup, Contract Officer, Phone: 607-664-7533
- E-Mail Address
-
nathan.northrup@va.gov
(nathan.northrup@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is set-aside for small business vendors. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $12.5 Million. The FSC/PSC is J061. The Department of Veterans Affairs is seeking a firm fixed-price service contract for the Electrical Distribution System (EDS) maintenance at the Buffalo and Batavia VA Medical Centers for one (1) base year from date of award, with the provision of two (2) option years. All interested companies shall provide quotation via the attached 36C24225Q0696 Pricing Worksheet excel file, updating only the unit-price column. See additional documentation required with quote at Page 5 of this document. See attached Statement of Work (SOW) for detailed description of the requirement. Place of Performance/Place of Delivery: Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 And Batavia VA Medical Center 222 Richmond Avenue Batavia, NY 14020 The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services Addendum to FAR 52.212-1: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-20, Predecessor of Offeror 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures 52.209-7, Information Regarding Responsibility Matters 52.229-11, Tax on Certain Foreign Procurements Notice and Representation 52.233-2, Service of Protest VAAR 852.233-70, Protest Content/Alternative Dispute Resolution VAAR 852.233-71, Alternate Protest Procedure FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 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. Responses to this solicitation shall contain sufficient information to conduct a comparative evaluation of the following factors: Technical: The quotation will be evaluated to the extent in which it can meet or exceed the Government s requirements outlined in the Statement of Work (SOW). 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. No relevant past performance shall be rated as neutral past performance. Price: The Government will evaluate the price by adding the total of all line-item pricing (see attached pricing worksheet). The total evaluated price will be that sum. Site Visit: Contractors have opportunity to attend a site-visit on Wednesday, July 9th, 2025, to view the requirement at the Buffalo and Batavia VA Medical Centers. Contractors shall email the CO (Nathan.Northrup@va.gov) no later than Tuesday, July 8th, 2025, with their intention to attend and specifics will be provided in return. No other site visits will be provided. Contractors that do not attend the site-visit will not be excluded from competition, however, Contractors are encouraged to visit the site to gauge the complexity of this requirement. Veterans Involvement: In accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business (SDVOSB/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 the SBA VertCert database at time of quotation submission and at time of award (https://veterans.certify.sba.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 SBA VetCert database (https://veterans.certify.sba.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. Options: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the base requirement. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services [NOV 2023] Addendum to FAR 52.212-4: 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract Construction labor standard clauses applicable to this solicitation: 52.222-6, Construction Wage Rate Requirements 52.222-7, Withholding of Funds 52.222-8, Payrolls and Basic Records 52.222-10, Compliance with Copeland Act Requirements 52.222-11, Subcontracts (Labor Standards) 52.222-12, Contract Termination Debarment 52.222-13, Compliance with Construction Wage Rate Requirements and Related Regulations 52.222-14, Disputes Concerning Labor Standards 52.222-15, Certification of Eligibility 52.222-32, Construction Wage Rate Requirements Price Adjustment (Actual Method). 52.228-5, Insurance Work on a Government Installation CL-120, Supplemental Insurance Requirements 52.229-3, Federal, State, and Local Taxes 52.237-2, Protection of Government Buildings, Equipment, and Vegetation VAAR 852.201-70, Contracting Officer s Representative VAAR 852.203-70, Commercial Advertising VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.215-71, Evaluation Factor Commitments 852.222-71, Compliance with Executive Order 13899 852.232-72, Electronic Submission of Payment Requests 852.242-71, Administrative Contracting Officer FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services [JAN 2025] The following sub-paragraphs of FAR 52.212-5 apply: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.203-17, Contractor Employee Whistleblower Rights 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14, Service Contract Reporting Requirements 52.204-27, Prohibition on a ByteDance Covered Application 52.209-6, Protecting the Government s Interest when Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Re-representation 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.225-13, Restrictions on Certain Foreign Purchases 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 52.222-62, Paid Sick Leave Under Executive Order 13706 All quoters shall submit the following with their quote response: Capability Statement demonstrating technical capability to meet all the requirements of the SOW and this solicitation. Completed 36C24225Q0696 Pricing Worksheet . Staffing Plan: Specifically outline how SOW section B.3.4.B will be adhered to. Technician documentation, including but not limited to, Qualified Person under NFPA 70E, OSHA trainings, NETA Certifications, or equivalent certifications. Supervisor documentation, including but not limited to, NETA level 3 certification, OSHA 30-hour training, etc. Performance Plan: Specifically outline how the schedule specified in the SOW will be adhered to and generally how you plan to accomplish all the work for each scheduled service. Subcontracting Plan: If there are to be subcontractors used, specifically state who, how they will be used, and what percentage of the workload will be subcontracted out. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price, Technical Capability, Past Performance, and Veterans Involvement. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Friday, July 18th, 2025, at Nathan.Northrup@va.gov, by 12:00pm EST. 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 Point of Contact listed below. No phone calls will be answered. Point of Contact Nathan Northrup, Contract Officer Nathan.Northrup@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/67fac678bb4e40a583b9b2c59d293491/view)
- Place of Performance
- Address: Buffalo VA Medical Center and Batavia VA Medical Center 3495 Bailey Avenue 222 Richmond Avenue, Buffalo/Batavia, NY 14215, USA
- Zip Code: 14215
- Country: USA
- Zip Code: 14215
- Record
- SN07493373-F 20250702/250630230043 (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 |