BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Buffalo, New York. Completed plans call for the renovation of a medical facility.

COMBINED SYNOPSIS/SOLICITATION ELECTRICAL DISTRIBUTION SYSTEM REPAIR AT THE BUFFALO VAMC (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through email on RFQ reference number 36C24222Q0103. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07. (iv) This solicitation is being issued as a competitive, open-market Small Business Set-Aside procurement utilizing tiered evaluation procedures to the Large Business tier (for more information on tiered evaluation, see section 52.212-2). The North American Industry Classification System (NAICS) code is 811310, Commercial and Industrial Machinery and Equipment Repair and Maintenance, with a small business size standard of $8 Million. (v) The Contractor shall provide pricing to provide electrical distribution system repair services at the Buffalo VAMC within 120 days of award date. See table below for instrumentation and timeframe of option periods: TOTAL PRICING FOR ELECTRICAL DISTRIBUTION SYSTEM REPAIR SERVICES ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 JB _______ __________________ Repair services in accordance with section B.3.2 of the Scope of Work (SOW) for the Buffalo VAMC within 120 days of award. GRAND TOTAL __________________ (vi) Description of requirement (See attached Scope of Work (SOW)): The contractor shall provide all materials and labor identified in the SOW. (vii) Awardee shall coordinate with the Contracting Officer Representative (COR)/Point of Contact (POC) prior to performance. Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1, and all offers shall reference: 1) Solicitation number for this requirement as 36C24222Q0103. 2) Name, address and telephone number of offeror/s 3) Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete. 4) Terms of any express warranty, if applicable 5) Quality Control Plan 6) Price. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined to be incomplete. 7) Acknowledgement of any solicitation amendments 8) Past performance information 9) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation 10) Provide a subcontracting plan, or a letter stating subcontracting will not be used. 11) Complete the Certification of Compliance with the Limitations on Subcontracting Form. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. The Government intends to use the Best Value tradeoff process source selection approach in accordance with FAR 13.106-1. A tiered evaluation process will be used. Award will be made to the responsive responsible offeror whose offer in conformance with this solicitation, results in the best value to the Government, price plus other factors considered. The Contracting Officer (CO) will award a firm fixed price contract to the responsive responsible offeror whom the Technical Evaluation Team determines conforms to the solicitation, is fair and reasonable and offers the best overall value to the Government, all factors considered. The Government reserves the right to accept other than the lowest priced offer or to reject all offers. Setting aside for a Small Business firm follows regulations to meet our goals and fulfill the VA s mission to meet socioeconomic goals: This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127; tiered evaluations including large business concerns. This solicitation is being issued as tiered evaluation with the following tiers (Reference PPM 2018-04): Tier 1: Small Business Concerns. Evaluation will begin with offers, if any, submitted by small business concerns. If no offers were submitted, or if none of the offers would result in award at a affair and reasonable price that offers the best value to the Government, withdraw the set-aside for small businesses, document the basis for not making an award as a set-aside, and proceed to the large business tier. Tier 2: Unrestricted Tier. VA will next evaluate the offers, if any, submitted by large business concerns. If no offers were submitted by large business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, cancel the solicitation, document that cancellation in a memorandum for the record, and conduct additional market research to inform a follow-on acquisition strategy. A Technical Evaluation Team comprised of representatives of the Department of Veterans Affairs will evaluate the proposals. The identities of the Technical Evaluation Team are confidential, and any attempt by the offerors to contact these individuals is prohibited. The evaluation will be based on the content of the proposal and any subsequent discussions, if necessary, as well as information obtained from other sources, e.g. past performance information. Offerors are advised that the technical evaluation and rating of proposals will be conducted in strict confidence in that technical and past performance proposals are reviewed and rated without knowledge of the price offered. During deliberation, the number and identities of offerors are not revealed to anyone who is not involved in the evaluation and award process or to other offerors. Proposals will be evaluated based on the factors described herein, and award will be made to the responsive responsible offeror whose offer in conformance with this solicitation, results in the best value to the Government, price and other factors considered. The evaluation process essentially consists of two parts: Technical/Past Performance Evaluation and Price Evaluation. 1. Technical/Past Performance Evaluation: Proposals shall be evaluated against the Evaluation Factors and Criteria. 2. Price Evaluation: The CO will evaluate price proposals independent of the technical/past performance evaluation. The Technical Evaluation Team will not have access to price information until completion of the technical/quality evaluation. NOTE: Price/Technical Trade-off Analysis: Once above evaluations are complete, the Technical Evaluation Team will compare the relative advantages and disadvantages of technical proposals and weigh against the prices. Technical Approach and Past Performance are equal and when combined are significantly more important than Price. The Technical Evaluation Team will then consider all factors and recommend an awardee to the CO, the proposal offering the best value to the Government. The CO s decision shall be based on a comparative assessment of proposals against all source selection criteria in the solicitation. Evaluation Factor 1: Technical Capability - Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualification of the offeror s capability statement. Provide a maximum 5-page capability statement demonstrating technical capability to meet all the requirements in the Scope of Work (SOW). Describe technician qualifications/experience in working with the equipment outlined in the SOW. Provide technician certification/s in OSHA course identified in SOW. Provide technician NETA certification/s identified in the SOW. Provide a safety plan detailing precautions in providing a safe work environment. Evaluation Factor 2: Past Performance - The Government shall evaluate the offeror s past performance. Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, cost, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The Government shall evaluate past performance based on information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain such as CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Evaluation Factor 3: Price - Vendor s price must be fair and reasonable as determined by Contracting Officers price analysis. As stated in 52.212-1, the pricing must be broken down in a manner that allows for price reasonableness to be determined Applicable Provisions and Clauses: This procurement is a set-aside for Small Businesses utilizing tiered evaluation procedures down to the large business tier. Unless otherwise stated, all Provisions/Clauses will apply. The following additional guidance is provided: 52.219-6 applies to tier 1 852.219-74 applies to tier 1 52.219-4 applies to tier 2 852.219-75 applies to tier 2 Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (b) Options. N/A (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 or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SITE VISIT Contractors shall attend a mandatory site visit on Wednesday, January 5th, 2022 at 10am EST to view the electrical distribution system at the Buffalo VAMC. Contractors shall email the Contract Specialist (Nathan.northrup@va.gov) no later than 2pm EST on Tuesday, January 4th, 2022 with their intention to attend. At the time of intention to attend is received, site visit specifics shall be provided. No other site visits will be provided. Contractors that do not attend the site visit shall be excluded from competition. In the interest of safety during this COVID-19 pandemic, please limit your company s attendance to two (2) individuals. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: CL 120 Supplemental Insurance Requirements 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (SEP 2021) 852.242-71 Administrative Contracting Officer (OCT 2020) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.228-5 Insurance Work on a Government Installation (JAN 1997) 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) Construction Labor Standard Clauses Applicable to this Solicitation: 52.222-6 Construction Wage Rate Requirements (AUG 2018) 52.222-7 Withholding of Funds (MAY 2014) 52.222-8 Payrolls and Basic Records (AUG 2018) 52.222-10 Compliance with Copeland Act Requirements (FEB 1988) 52.222-11 Subcontracts (Labor Standards) (MAY 2014) 52.222-12 Contract Termination Debarment (MAY 2014) 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations (MAY 2014) 52.222-14 Disputes Concerning Labor Standards (FEB 1988) 52.222-15 Certification of Eligibility (MAY 2014) 52.222-32 Construction Wage Rate Requirements - Price Adjustment (Actual Method) (AUG 2018) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors 852.215-71 Evaluation Factor Commitments 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (SEP 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Re-representation (SEP 2021) 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 (JUL 2014) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.229-12 Tax on Certain Foreign Procurements 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination. The Davis-Bacon Act of 1931 does apply to this procurement as outlined in section B.3.7 in the Scope of Work (SOW). See attached Wage Determination. (xiv) N/A (xv) This is a competitive, open-market Small Business Set-Aside procurement utilizing tiered evaluation procedures to the Large Business tier combined synopsis/solicitation for electrical distribution system repair services at the Buffalo VA Medical Center as defined herein.A A The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" The Quoter shall list exception(s) and rationale for the exception(s) Submission shall be received not later than 12:00 PM EST, Friday, January 14th, 2022. The government shall only accept electronic submissions via email, please send all quotations to Nathan Northrup at nathan.northrup@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Direct your questions to Nathan Northrup, Contracting Specialist; Nathan.northrup@va.gov. List of Attachments: 1. Scope of Work (SOW) 2. Wage Determination Number 2015-4148 3. Wage Determination Number NY20210050 (Davis Bacon Act: DBA) 4. Certification of Compliance with the Limitations on Subcontracting

Post-Bid

Medical

$500,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
411
Active Projects
221
Bidding Soon
3,878
All Active Projects
1,492
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.