Kansas Bids > Bid Detail

J061--Ft. Riley UPS Battery Replacement (VA-24-00008877)

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159852122884658
Posted Date: Dec 8, 2023
Due Date: Dec 18, 2023
Source: https://sam.gov/opp/23bd93a07b...
Follow
J061--Ft. Riley UPS Battery Replacement (VA-24-00008877)
Active
Contract Opportunity
Notice ID
36C25924Q0073
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Dec 08, 2023 01:11 pm MST
  • Original Date Offers Due: Dec 18, 2023 03:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J061 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 335311 - Power, Distribution, and Specialty Transformer Manufacturing
  • Place of Performance:
    Veterans Health Administration Member Services 409 Pershing Court Ft. Riley , KS 66442
    USA
Description
UPS Replacement Battery Replacement and Disposal
Combined Synopsis/Solicitation
for
UPS Battery Replacement and Disposal
This is a combined synopsis/solicitation for 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.

Solicitation number 36C25924Q0073 is issued as a request for quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.
This acquisition is set-aside for 100% Service-Disabled Veteran Owned Small Business (SDVOSB). The North American Industry Classification System (NAICS) code is 335311 Power, Distribution, and Specialty Transformer Manufacturing with a small business size of 800 Employees. The PSC is J061- Maintenance, Repair, and rebuilding equipment Electric wire and Power Distribution Equipment.

Department of Veterans Affairs, Network Contracting Office (NCO) 19 located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Veterans Health Administration Member Services 409 Pershing Court Ft. Riley, KS 66442.

They are seeking to procure services in accordance with the Statement of Work (SOW) and Line Items. The Contractor shall price the Replacement, removal, installation, and disposal of all UPS batteries per the period of performance.

All interested SDVOSBs shall provide quotations for the following services in accordance with the Statement of Work (SOW) using the Line Items found in Attachment 4 Line Items.

Note: Statement of Work (SOW) for this requirement is Attachment 1.

Place of performance for this project is The Veterans Health Administration Member Services 409 Pershing Court Ft. Riley, KS 66442. It is also on the Statement of Work Attached on paragraph 1 Location. Period of performance has a one-year base period of December 15, 2023, to February 13, 2024, 60 days from date of award.

The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.

OFFER SUBMITTAL INSTRUCTIONS:
Offeror shall submit offers by Due Date/Time specified in section XVI. Late quotes will not be considered.
Offeror shall acknowledge all amendment acknowledgements as part of their quote.
Offeror shall submit the completed Price/Cost Schedule Table from Attachment 4.
Completed 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) (DEVIATION). (Attachment 2)
Technical Capability Documents.
The quote shall include 3 relevant past performances evaluations with a rating of Satisfactory or higher along with their quote.
Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered con-compliant and eliminated from evaluation.
(End of Provision)
The provision at 52.212-2 Evaluation Commercial Services applies to this acquisition.
Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES
(a) Basis of Award: 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 Government will evaluate offers based on price and other non-priced factors. Evaluation of quotes will be conducted utilizing Simplified Acquisition Procedures in accordance with FAR 13.106-2(b)(3), Evaluation of Quotations or Offers, using comparative evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most beneficial to the Government. The Government reserves the right to consider a quotation other than the lowest price. Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides a benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each offer must meet the requirements of the solicitation to be considered for evaluation.
Please read each section below carefully for the submittals and information required as part of the evaluation. Offers missing the requested information below, as well as the items listed in the Addendum to FAR 52.212-1, Instructions to Offerors, shall be considered non-compliant and your quote may be removed from the evaluation process.
a) Technical Capability - Technical Capability Offerors shall submit documentation illustrating a clear description of the management methodology that will be used for executing the effort described in the SOW. This description shall include staffing approach, background investigation considerations, meeting deliverable deadlines, identifying, and managing risks, identification of all planned facilities to be used in support of the effort, and details of how the proposed effort will be assigned within the corporate entity and among any proposed subcontractors. There is an eight (8) page limit, any pages after page 8 will not be evaluated.

b) Price - The Government will evaluate the price schedule submitted by each offeror. Price schedule is pricing per description for line item per option period.
c) Past Performance - The quote shall include 3 relevant past performances evaluations with a rating of Satisfactory or higher along with their quote. 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. If an offeror has no record of relevant past performance record or if information is not available, they will not be rated favorably or unfavorably.
(c) 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). For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8.
(d) Acceptance of Offer: 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 or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
FAR 52.212-3 OFFERORS REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS and COMMERCIAL SERVICES (September 2023), applies to this requirement.

Addendum to XI. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERIAL ITEMS AND SERVICES (September 2023)

Clauses 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 clauses are incorporated into 52.212-4 as an addendum to this contract:

52.252-2 Clauses Incorporated by Reference (FEB 1998)
http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR)
52.203-16 Preventing Personal Conflicts of Interest (JUN 2020)
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)
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000);
52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984)
52.239-1 Privacy or Security Safeguards (AUG 1996);
852.219-74 Limitations on Subcontracting Monitoring and Compliance
852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022)

FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (DEC 2022), apples to this requirement. The additional clauses below are incorporated by reference.
52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note).
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note).
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
52.219-28, Post Award Small Business Program Representation (Mar 2023) (15 U.S.C 632(a)(2)).
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-21, Prohibition of Segregated Facilities (APR 2015).
52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2020) (29 U.S.C. 793).
52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
52.225-13, Restrictions on Certain Foreign Purchases (Jan 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).
52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
52.222-55, Minimum Wages Under Executive Order 13658 (Jan 2022).
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 202022) (E.O. 13706).

VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS AND SERVICES (APR 2020)
 (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference.
852.203 70, Commercial Advertising.
852.209 70, Organizational Conflicts of Interest.
852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
852.232 72, Electronic Submission of Payment Requests.
852.233 70, Protest Content/Alternative Dispute Resolution.
852.233 71, Alternate Protest Procedure.
852.270 1, Representatives of Contracting Officers.
852.273 70, Late Offers.

This is not a Defense Priorities and Allocations System (DPAS) rated requitement.

Offers are due November 30, 2023, at 15:00 MST. All questions/inquiries must be submitted to the Contracting Specialist via electronic mail (e-mail) not later than November 23, 2023, at 15:00 MST. Inquiries submitted via telephone calls will be re-directed to an e-mail submission.

Submit offers or any questions to the attention of Ricky Smith as via email to: Ricky.smith4@va.gov.
See attached document: Attachment 1 - Statement of Work - UPS Battery Replacement and Disposal
See attached document: Attachment 2 - 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services.
See attached document: Attachment 3 - Wage Determinations.
See attached document: Attachment 4 - Line Items - - UPS Battery Replacement and Disposal

Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 08, 2023 01:11 pm MSTCombined 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 >