Washington Bids > Bid Detail

FIRE EXTINGUISHER MAINTENANCE - WASHINGTON DC VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159695745808235
Posted Date: Sep 6, 2023
Due Date: Aug 21, 2023
Solicitation No: 36C24523Q0801
Source: https://sam.gov/opp/49a799cba1...
Follow
FIRE EXTINGUISHER MAINTENANCE - WASHINGTON DC VAMC
Active
Contract Opportunity
Notice ID
36C24523Q0801
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 06, 2023 12:46 pm EDT
  • Original Published Date: Jul 27, 2023 10:52 am EDT
  • Updated Date Offers Due: Aug 21, 2023 11:00 am EDT
  • Original Date Offers Due: Aug 21, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 21, 2023
  • Original Inactive Date: Oct 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H342 - INSPECTION- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS
  • NAICS Code:
    • 922160 - Fire Protection
  • Place of Performance:
    Washington DC Veterans Affairs Medical Center Washington , 20422
Description

Introduction: 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 2023-04 and VAAR Update 2008-36. The full text of the provisions and clauses can be obtained from the following websites: https://www.acquisition.gov/browse/index/far and http://www.va.gov/oal/library/vaar/. This solicitation is unrestricted for full and open competition among all businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 922160. The FSC/PSC is H342. The VA Office of the Associate Director is seeking to purchase an inspection, maintenance and testing program for our Portable Fire Extinguishers (FEs) (See attachment: Statement of Work). The contract period of performance is a base plus 4 option years. Base Year: 01 September 2023 31 August 2024 Option Year 1: 01 September 2024 31 August 2025 Option Year 2: 01 September 2025 31 August 2026 Option Year 3: 01 September 2026 31 August 2027 Option Year 4: 01 September 2027 31 August 2028 Place of Performance/Place of Delivery Address: 50 Irving Street NW, Washington, DC Postal Code: 20422 Country: UNITED STATES All quoters shall submit the following: Offeror must submit its quote via Email to Ethan.Mauzy@va.gov by August 21st, 2023 at 11:00AM EST. Offeror must provide the following information with its quote: A. Offeror s legal entity name, address, SAM Unique Entity Identifier (UEI) number; B. Information that demonstrates your company s technical capability: Capability to inspect fire extinguishers and conduct annual inspections in accordance with NFPA 10 Standards. Capability to provide sample reporting template of monthly and annual reports, in compliance with Joint Commission and NFPA. Capability to provide current certifications, training, and experience of 3 years of conducting fire extinguisher inspections. Capability to ensure employees receive NFPA refresher training at least every two years or sooner if needed. Capable of providing a detailed description of deficiency identification and reporting, corrective measures, and a minimum 48 hour turnaround time for deficiency correction. Capability to show qualified person(s) has 10 or more years in industry and at least 6 years in a medical facility. C. Information that demonstrates your company s past performance performing similar, relevant services. Completed Price Schedule - Offeror must enter its unit prices in Column O for each Item Number in the accompanying Excel Spreadsheet titled 36C24523Q0801 Line Items (see solicitation attachments). (Do not alter any information in any other columns/rows or parts of the spreadsheet just enter the unit prices in column O for each of the line items.) Acknowledge and comply with the Washington DC Wage Determination. Date and time quotes are due: August 21st, 2023 at 11:00AM Eastern. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3) to determine which offer provides the best benefit to the Government. 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. Alternate quotations may be submitted. Each response must meet the minimum requirements of the solicitation. The Government will evaluate quotes 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). 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 evaluation will consider the following: technical capability, past performance, and price. Description of Work: To ensure compliance of NFPA 10 requirements and VHA policies for fire extinguishers in a healthcare facility. Portable fire extinguishers shall be provided for employee use and selected and distributed based on the classes of anticipated workplace fires and on the size and degree of hazard which would affect their use OSHA 1910.157(d)(1). The DC VA Medical Center (DCVAMC) has approximately 500 fire extinguishers that are required to be evaluated monthly, approved, signed, and tagged at all times. Safety s vision is to provide all employees with a 100 percent accountability system that is reliable, and consistently provides a secondary means of comfort to protect them with applicable FEs in case of a fire. Below, are the relevant factors that will ensure the DCVAMC is safe, accountable, and effective with their FE servicing, maintenance, and replacement needs. See the accompanying Statement of Work for details: Contract Line-Item Numbers, quantities, unit of measure: (see the accompanying Line Items spreadsheet for details). The provision at 52.212-1, Instructions to Offerors Commercial Services (MAR 2023), applies to this acquisition, including the following addenda: A. 52.204-7, System for Award Management (OCT 2018); B. 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021); D. 52.209-7, Information Regarding Responsibility Matters (OCT 2018); E. 52.233-2, Service of Protest (SEPT 2006). Fill-in information: the Contracting Officer at Robert.Okeefejr@va.gov; F. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); G. 852.233-71, Alternate Protest Procedure (OCT 2018); and H. 852.239-75, Information and Communication Technology Accessibility Notice (FEB 2023) Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), applies to this acquisition, including the following addenda: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020); 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-13, System for Award Management Maintenance (OCT 2018); 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); 52.217-9, Option to Extend the Term of the Contract (MAR 2000); 52.222-49, Service Contract Labor Standards Place of Performance Unknown (MAY 2014). Fill-in information in paragraph (a): The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by the solicitation closing date and time; 52.224-1, Privacy Act Notification (APR 1984) 52.224-2, Privacy Act (APR 1984); 52.227-14, Rights in Data General (MAY 2014); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021); 852.201-70, Contracting Officer s Representative (DEC 2022); 852.203-70, Commercial Advertising (MAY 2018); 852.211-72, Technical Industry Standards (NOV 2018); 852.215-71, Evaluation Factor Commitments (OCT 2019); 852.232-72, Electronic Submission of Payment Requests (NOV 2018); and 852.242-71, Administrative Contracting Officer (OCT 2020). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JUN 2023), applies to this acquisition, including the additional FAR clauses cited in the clause: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); 52.204-14, Service Contract Reporting Requirements (OCT 2016); 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (JUN 2020); 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); 52.222-37, Employment Reports on Veterans (JUN 2020); 52.222-50, Combating Trafficking in Persons (NOV 2021); 52.222-54, Employment Eligibility Verification (MAY 2022); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); 52.224-3, Privacy Training (JAN 2017); 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 52.222-41, Service Contract Labor Standards (AUG 2018); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018); 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022). 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.) ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation 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 Capability Past Performance Price 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 Capability: Capability to inspect fire extinguishers and conduct annual inspections in accordance with NFPA 10 Standards. Capability to provide sample reporting template of monthly and annual reports, in compliance with Joint Commission and NFPA. Capability to provide current certifications, training, and experience of 3 years of conducting fire extinguisher inspections. Capability to ensure employees receive NFPA refresher training at least every two years or sooner if needed. Capable of providing a detailed description of deficiency identification and reporting, corrective measures, and a minimum 48 hour turnaround time for deficiency correction. Capability to show qualified person(s) has 10 or more years in industry and at least 6 years in a medical facility. 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. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. (End of Provision) Submission of your response shall be received not later than 21 August 2023 at 11:00 AM EST to ethan.mauzy@va.gov. 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. Point of Contact Contract Specialist Ethan Mauzy ethan.mauzy@va.gov


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >