Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVCIES General Information Title: Replace Gas Monitoring System in the Chiller/Boiler Plant Solicitation Number:
36C24724Q0680 Response Due Date: May 30, 2024 at 5:00 PM Eastern Product or Service Code: J042 Set Aside : SDVOSB NAICS Code: 561210 Description (i) This is a COMBINED
SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation,
evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes
are being requested and a written solicitation will not be issued. (ii) Solicitation# 36C24724Q0680 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. (iii) The
provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2024-03, February 23, 2024. 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) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally, 52.203-18, Prohibition
on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02). (iv) This combined/synopsis solicitation is set aside for
Service-Disabled Veteran-Owned Small Business (SDVOSB) in accordance with VAAR 852.219-73. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures
for commercial services. The North American Industry Classification System (NAICS) code is NAICS 238220; Plumbing, Heating, and Air Conditioning Contractors; Small Business Size Standard
$47 million. (v) This requirement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses under the authority of 38 U.S.C. 8127(d). To be eligible for award the SDVOSB you
must be considered small under the relevant NAICS code. SDVOSB contractors must be verified and viewable in Small Business Administration Veteran Small Business Certification (VetCert)
database https://veterans.certify.sba.gov prior to submission of proposal and prior to award of contract. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in
accordance with the VA Acquisition Regulation (VAAR) Part 819. Any person, persons, or business entity suspected of misrepresenting itself for the purpose of securing a government
contract may be criminally investigated and prosecuted for fraud against the United States of America. Parties found misrepresenting their status also risk debarment from further
Government contracts. Eligible SDVOSB concerns must also be registered at the following website: System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/ (vi) The
contractor will provide all supervision, labor, equipment, and materials needed to complete work for this service contract per the provided attachments, specifications, and the STATEMENT
OF WORK. The contractor is to provide materials and services to ensure the safe operation for the chiller and boiler plant at the Carl Vinson VA Medical Center (CVVAMC) 1826 Veterans Blvd
Dublin, GA 31021. The chiller plant is to receive new carbon monoxide (CO) and combustible gas sensors to replace all malfunctioning and outdated sensors. The boiler plant is to receive a
GasGard monitor system, CO sensors, and combustible gas sensors. Work will consist of the installation, calibration, assembly, and commissioning of all new sensors and systems. All
equipment is to be supplied and commissioned by MSA (manufacturers specifications must be met). Work must be in accordance with applicable local, state and federal codes, rules, and
regulations. Impact shall be minimized and mitigated in a way that limits disruption to the functioning of the Medical Center. Scheduling and coordination with the CVVAMC will be critical
and must be approved by COR prior to work. The rates found in Wage Determination No 2015-4505 Rev 27 will be in effect for performance on this Contract. See attached: STATEMENT OF WORK.
See attached: Wage Determination No 2015-4505 Rev 27 See attached: Schedule See attached: Site Visit Map Place of Performance Address: Department of Veterans Affairs Carl Vinson VA
Medical Center, 1 1826 Veterans Blvd Dublin, GA 31021 Country: UNITED STATES Period of Performance 60 Calendar Days After Award The following solicitation provisions apply to this
acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Sept 2023) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. 52.212-2
EVALUATION SIMPLIFIED ACQUISITION PROCEDURES Basis for Award. Offerors will be evaluated using the lowest price technically acceptable source selection process. The following factors
shall be used to evaluate quotations: Technical Capability, Past Performance, and Price. Technical Capability: Offeror s quote indicates a full understanding of the requirement, and is
evident that it can meet the needs of the Government as outlined by the Statement of Work. Past Performance: The Contractor shall submit documentation on how they performed on
requirements in similar size and scope in the past. There are two aspects to the past performance evaluation: Relevancy of contractual work performed and; How well the contractual work
was performed Relevant is defined as services performed within the last two (2) years that include services that are similar in complexity, dollar value, contract type, scope of work and
degree of subcontract and teaming. The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The Government will review past
performance information and determine the quality and usefulness as it applies to performance. The government reserves the right to obtain past performance information from any available
sources and may contact customers other than those identified by the offeror when evaluating past performance. Offerors without relevant past performance history will not be evaluated
favorably or unfavorably. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. Award without discussions
is contemplated and all offerors are encouraged to submit their best offer with their initial submission. (End of Provision) FAR 52.212-3, Offeror Representations and Certifications -
Commercial Items- System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic
category. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders January 2020 The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, 52.209-6, 52.219-27, 52.219-28, 52.219-28, 52.222-3,
52.222-26, 52.222.35, 52.222-37, 52.222-41, 52.222-42, 52.222-43, 52.223-18, 52.225-13, 52.232-33, and 52.242-5. (vii) OFFER SUBMISSION: Acceptable offer submission is each CLIN listed
separately with individual pricing on standard company quote. Include all requisite supporting documentation identified in this solicitation with your offer. (viii) QUOTES/OFFERS: All
quotes/offers will be submitted via email to the Contracting Officer, David Parente at david.parente@va.gov no later than 5:00 PM EST on May 30, 2024. All quotes/offers submitted must
include the Solicitation# 36C24724Q0680 and Title in the subject line of the email. Quotes/offers received after this date and time will be not be considered for award. (ix) To obtain
clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contracting
Officer, David Parente at david.parente@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation Number and Title, Contractor Name, City,
State, Telephone, Email Address and the RFI question(s). Questions regarding this solicitation shall be submitted no later than May 22, 2024 at 2:00 PM EST, unless it is determined to be
in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted. (x) SITE VISIT: A site visit will be held on May 16,
2024 at 10:00 AM EST located at Carl Vinson VA Medical Center, 1826 Veterans Blvd Dublin, GA 31021. Contractors to meet in at Bldg # 29. See attached Site Visit Map. Contractors can park
in the Bldg. 29 parking lot. Site Visit POC: Kendall Gill. Any issued on day of site visit please call Contracting Officer Representative Kendall Gill directly at 229-344-3848. 52.237-1
SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local
conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds
for a claim after contract award. (xi) Contact Information Point of Contact David Parente Contract Officer, NCO 7 David.Parente@va.gov 843-252-6747