BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in West Haven, Connecticut. Contact the soliciting agency for additional information.

Combined Synopsis-Solicitation for Commercial Products and Commercial Services Revision 01 Effective: 05/30/2023 Description This is a combined synopsis/solicitation for commercial products and 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 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 RFQ 36C24124Q0631. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS 238210 (Electrical Contractors and other Wiring Installations) SBA size standard $19 Million. This is being bid as a SDVOSB set-aside. VA Connecticut Healthcare System West Haven and Newington Campuses require complete Tri-Annual Electrical Testing of the Electrical Power Distribution System. VACHS is currently seeking services for all labor, transportation, parts, and expertise necessary to provide tri-annual testing of numerous electrical items throughout the campuses. These include, but are not limited to: electrical panels, transformers, fused/non-fused switches, generators and automatic transfer switches. The contractor is responsible to verify total quantities and completeness. T Field service work shall be performed directly by field service engineers who have successfully demonstrated their knowledge and experience in the field of Electrical Power Distribution Systems Testing. The field service engineer shall be capable of: 1) testing assessing, evaluation, servicing, and reconditioning components, 2) assuring that the equipment on which work has been performed is safe, reliable and acceptable for its intended purpose, and 3) identifying defective equipment, and potential safety problems, environmental hazards, or code violations. Because of the function of the Hospital, Clinics, and many of the buildings operations, much of the work will need to be executed outside of regular business hours to include nights, and/or on weekends. Coordination of power outages associated with this testing will require a minimum four (4) week notice to the VA COR responsible for managing and coordinating this required utilities management service. The full SOW is attached below for reference. All interested companies shall provide quotations for the following: STATEMENT OF WORK MAINTENANCE, INSPECTION, AND TESTING OF THE ELECTRICAL POWER DISTRIBUTION SYSTEM BACKGROUND VA Connecticut Healthcare System West Haven and Newington Campuses require complete Tri-Annual Electrical Testing of the Electrical Power Distribution System. VACHS is currently seeking services for all labor, transportation, parts, and expertise necessary to provide tri-annual testing of numerous electrical items throughout the campuses. These include, but are not limited to: electrical panels, transformers, fused/non-fused switches, generators and automatic transfer switches. The contractor is responsible to verify total quantities and completeness. Field service work shall be performed directly by field service engineers who have successfully demonstrated their knowledge and experience in the field of Electrical Power Distribution Systems Testing. The field service engineer shall be capable of: 1) testing assessing, evaluation, servicing, and reconditioning components, 2) assuring that the equipment on which work has been performed is safe, reliable and acceptable for its intended purpose, and 3) identifying defective equipment, and potential safety problems, environmental hazards, or code violations. Adherence to all applicable codes, such as the latest version of the NEC, is expected. Because of the function of the Hospital, Clinics, and many of the buildings operations, much of the work will need to be executed outside of regular business hours to include nights, and/or on weekends. Coordination of power outages associated with this testing will require a minimum four (4) week notice to the VA COR responsible for managing and coordinating this required utilities management service. JUSTIFICATION Veterans Health Administration (VHA) seeks to continue to improve the operational capabilities by establishing services that result in fewer operational problems, improved communications, increased efficiency within the facility and to improve the quality of services to veterans. Basis for this work is given in VHA Directive 1028, Electrical Power Distribution System, dated February 24, 2020. LOCATION OF SERVICES VA Medical Center West Haven 950 Campbell Avenue West Haven, CT 06516 VA Medical Center Newington 555 Willard Avenue Newington, CT 06111 PERIOD OF PERFORMANCE Base contract period shall be 120 days. QUALIFICATIONS To be considered eligible for consideration, potential bidders shall have a field service representative located within 200 miles of the Newington and West Haven Campus of the VA Connecticut Healthcare System and have been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment or service that he/she is being asked to provide services for. The Contracting Officer and/or Contracting Officer s Representative (COR) specifically reserve the right to reject any of the Contractor s personnel and refuse them permission to work on the equipment outlined herein. Contractors shall be experienced Electrical Contractors, having properly trained and licensed permanent staff required to perform the proposed work. Electrical Contracting (i.e. the construction, repair, testing and maintenance of industrial and commercial electrical distribution systems) shall be the primary interest/specialty of the Contractor s business. Field service work shall be performed directly by field service engineers who have successfully demonstrated their knowledge and experience in the field of Electrical Power Distribution Systems Testing. The field service engineer shall be capable of: 1) testing assessing, evaluation, servicing, and reconditioning components, 2) assuring that the equipment on which work has been performed is safe, reliable and acceptable for its intended purpose, and 3) identifying defective equipment, and potential safety problems, environmental hazards, or code violations. Contractors shall have technical training and demonstratable track records of working experience in maintenance, inspection, and testing of the Electrical Power Distribution Systems and related components in healthcare, industrial, education, and commercial facilities for a minimum of five (5) continuous years. Electrical components on which the Contractors have experience shall include, but not be limited to, switchboards & switchgear (low and medium voltage); low voltage controls; emergency and standby generators; automatic transfer switches, wiring, transformers, meters, and other electrical appurtenances. The lead Field Service Engineer/Technician must have minimum qualifications as follows: 1. Current certification by the National Institute for Certification in Engineering Technologies (NICET) or the National Electrical Testing Association (NETA), plus at least five (5) years experience in electrical switchgear and power distribution systems testing; or 2. Persons who, by their education, training, and specialized experience can qualify for certification but who have not yet applied or taken the certification exams. These people must submit three (3) references on projects of similar size and complexity and demonstrate that they have the required specialized knowledge and five (5) years experienced in electrical switchgear and power distribution systems testing; or 3. Persons with higher qualifications, such as a BS degree in Engineering, if they submit three (3) references on projects of similar size and complexity and demonstrate that they have the acquired specialized knowledge and five (5) years experience in electrical switchgear and power distribution systems testing. Contractors shall have safety trainings; either on the job or classroom type in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for electrical Safety in the Workplace. Training certification shall be provided indicating each technician is a Qualified Person as defined by NFPA 70E. Training certifications shall be submitted to the VA Contracting Officer prior to work. If no training certifications are available, the contractor s employer shall certify that he/she has met this requirement in writing and submit to the VA Contracting Officer prior to work. Contractors shall have ready access to the latest versions of the following references: NFPA 70, National Electric Code. NFPA 70B, Recommended Practice for Electrical Equipment Maintenance. NFPA 70E, Standard for Electrical Safety for the Workplace. NFPA 110, Standard for Emergency and Standby Power System. OSHA Standard 29 CFR 1910, Subparts I & S. International Electrical Testing Specifications. Operating/Maintenance manuals, and specifications of the electrical equipment to be maintained and tested. These documents may be obtained from the VHA Medical Center, or the equipment manufacturers. VHA Directive 1028 Facility Electrical Power Systems. Contractors shall have and provide all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. Prior to initiating work, the contractor shall provide documentation that all instruments, test equipment, tools, and PPE have current calibration. Dated calibration labels shall be visible on all instruments, test equipment, tools, and PPE as appropriate. The contractor shall provide sample test sheets used to document testing of each component type with their proposal. The term type is defined as equipment identified in ANSI-NETA MTS-2023, Standards for Maintenance Testing Specifications, Chapter 7, INSPECTIONS AND TEST PROCEDURES. All on-site field technicians and supervisors shall submit certification documentation to the VA Contracting Officer with their proposal, indicating compliance with all qualifications described herein. Additional staff hired after award of contract shall submit certification documentation 14 calendar days prior to being permitted on site. Proposals submitted shall include the following: Name and contact information; address, phone number, and email address of contract manager. Name and contact information; local address, phone number, and email address of On-Site Supervising Field Service Engineer. Name and certifications of the Site Safety and Health Officer and Competent Person. Qualifications, Certifications, and Past Experience of On-site Supervising Field Service Engineer. (Evaluation Criteria). Certifications of On-Site Technicians and their current level of skill, i.e., Master Electrician, Journeyman, Apprentice, etc. (Evaluation Criteria). Quality Control Plan to including Safety Procedures (Evaluation Criteria). Proposed Schedule (Evaluation Criteria). The schedule shall be in the form of a progress chart of suitable scale to indicate the work schedule for completion by any given date during the work period. The proposed schedule shall be reviewed by the VAMC Facilities Management; any requirements for adjusting the schedule (e.g. to minimize disruption to the VAMC) shall be incorporated by the contractor. Three examples of work completed in the past 5 years showing Contractor s experience in completing similar work as requested in this scope of work (Evaluation Criteria). Proposal Cost (Evaluation Criteria). It is the responsibility of the contractor to schedule with the Contracting Officer and the respective Medical Center COR and conduct a site visit to ensure labor, equipment, materials, and overhead is included for all electrical components required to be tested and maintained. Contractors not conducting a site visit to validate and verify the level of work shall not be permitted to increase the cost due to unforeseen site conditions or unconfirmed level of effort to complete this contract. Sample Test Sheets for specific pieces of equipment and cable to be used for documenting completed tests for each type of component to be tested. Subcontracting of ay ensuing award of this solicitation shall not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. SCOPE OF WORK The contractor shall furnish all labor, materials, equipment, tools, supervision, and all incidentals to complete the work for the services described in this document. Scheduled maintenance shall be completed Monday through Friday and during regular business hours of 8:00 a.m. and 4:30 p.m. with a minimum notice of four (4) weeks. No work shall be performed on Government Holidays unless an emergency status has been indicated by the VA Contracting Officer. Description of Services: Tri-Annual Electrical Testing of the Electrical Power Distribution System Perform Infra-Red Scanning/Thermographic Survey on electrical equipment. Use an infra-red scanning camera to detect hot spots in the Electrical Power Distribution System. Objective of this work is to detect any loose, broken, or corroded connections in the system. Problem connections shall be replaced with new connectors, and/or tightened with torque wrench to meet the equipment manufacturers specifications. An infra-red photograph along with a written report of each piece of equipment shall be provided upon completion of this task. For equipment showing no problems a written report required. Note that since this work item must be done while the Electrical Power Distribution System is energized, appropriate safety precautions must be taken before, during, and after scanning the system. System Function Tests. Provide function test for all equipment listed in this scope of work. Test Conditions. Tests will be conducted on a scheduled basis with the COR/Facilities Management staff on site. Testing will require off-hours and weekend work in some locations due to the clinical nature of the areas and requirement to always maintain functionality. A schedule shall be developed and proposed testing shall be coordinated and planned with the involvement of on-site Faculties Management staff. Approval must be received on the plan prior to the contractor performing work. All work to be planned and coordinated prior to commencing. No work shall be executed prior to the Medical Center communication to include all procedures and notifications have been briefed to Medical Center Stakeholders. Off hour contract work shall be scheduled and coordinated. Approximately 75% of the required contract work shall occur after regular business hours of 8:00 a.m. 4:30 p.m. Night and/or weekend work shall be required and coordinated after 5:30 p.m. 5:00 a.m. Weekend work shall occur between the hours of 7:00 a.m. 11 p.m. Quality Control of Contractor and Sub-Contractor Employees. The contractor shall provide a quality control plan for the work completed under this contract. At a minimum, the contractor shall: Randomly test 5% of components that were removed for testing to ensure correct phasing upon re-insertion. Randomly test 10% of the components that were removed for testing to ensure proper reconnection of conductors/cables. Provide digital files showing the results of any quality control testing/documentation. 4-Hour Power Outage Test The contractor shall be present for and participate in the VAMC 4-hour test of the Essential Electrical System (EES). This test shall fulfill the requirements of VHA Directive, Electrical Power Distribution System, NFPA 110 (e.g. Para. 8.4.9.) and The Joint Commission. This test will include opening of all utility service connections serving the VAMC for a minimum of 4-Hours. During the test period, verify operation of all EES components including the transfer to emergency power and return to normal service. The contractor shall assist the VAMC staff with troubleshooting and correcting malfunctioning electrical equipment discovered during the test. Contractor shall make any required adjustments and/or recalibrations to all equipment which has been otherwise maintained, inspected, and tested under this scope of work. No work shall be permitted on energized circuits without the expressed written permission of the Medical Center Director. Contractor shall not perform any service that will result in additional charges without prior approval from the VA Contracting Officer. Unscheduled/Emergency Repairs & Service Calls Requirements: Unscheduled Repairs shall be performed at the direction of the VA Contracting Officer. The vendor and the VA Contracting Officer will agree on the Scope of Work and labor hours prior to the commencement of work. Emergency service and repairs are available on a 24 hour per day basis and will be invoiced at the prevailing straight time or overtime contract customer rate. Vendor shall submit the following associated with unscheduled repairs. Labor Hours: Minimum 6 Hours SUBMITTALS/DELIVERABLES A complete digital test and maintenance report of the work performed shall be provided to the VA within seven (7) calendar days of completion of the testing and maintenance of each campus. Information shown in the reports shall be as follows: Equipment Report Sheets shall be specific to the piece of equipment and indicate Inspection and Test Procedures used and the results of the Visual, Mechanical, and Electrical Inspections and Test in accordance with NETA-MTS 2023. Optional tests performed shall be documented. Test Values shall be presented on the sheet. The sheet shall include a rating of good, fair, or poor based on NETA-MTS 2023 criteria and tables. Company s name, addresses, telephone, fax, and email address(es). Name and signature of contractors who perform the maintenance and testing. VA Work Contact Number, name, and number of VA Contracting Officer. Date and Time of work. Provide, for the contractor personnel each subcontractor s personnel, certified payrolls showing specific time worked, normal hours worked, overtime hours worked, job classification and wages and benefits. For each individual conducting testing and maintenance of equipment, provide copies of contractor s valid licenses, professional and training certificates. Descriptions and model number of specialized tools and equipment used, such as torque wrench or infra-red scanning camera. Location, type, name, and nameplate information of electrical equipment to be maintained and tested. Location shall include: Descriptions of work items Station name Building Room Number or Corridor Designation Equipment name if electrical component has more than one item tested. Test data and results. Provided in a format approved by The Joint Commission. Each electrical component tested shall have a digital photograph taken prior to removal for testing and a digital photo upon completion of testing. The photo taken after testing shall clearly show a label indicating successful completion of testing and maintenance. Reference materials such as equipment manufacturer s specifications, coordination study, etc. used in the testing and maintenance. Remarks on conditions of electrical equipment. List all deficiencies, if any. Recommended corrective actions along with projected costs. If any. A complete digital infra-red report of each piece of equipment shall be provided to the VA within 14 calendar days of completion of the infra-red testing at each campus. Information shown in the reports shall be as follows: Company s name, addresses, telephone, fax, and email address(es) Name and signature of contractors who perform the maintenance and testing. VA Work Contract Number, name, and number of VA Contracting Officer. Date and Time of work. Provide, for the contractor personnel each subcontractor s personnel, certified payrolls showing specific time worked, normal hours worked, overtime hours worked, job classification and wages and benefits. For each individual conducting testing and maintenance of equipment, provide copies of contractor s valid licenses, professional and training certificates. Descriptions and model number of specialized tools and equipment used, such as torque wrench or infra-red scanning camera. Location, Type, Name, and nameplate information of electrical equipment to be maintained and tested. Descriptions of work items. Test data and results. Provided in a format approved by The Joint Commission. Each electrical component tested shall include a digital infra-red photograph. Electrical components showing deficiencies shall have a second digital infra-red photograph taken showing corrected deficiency. Upon acceptance of the digital reports, submit three (3) hard copies of the complete reports to VA COR within fourteen (14) calendar days of digital report acceptance. Hard copies and worksheets or raw data collected during the testing and maintenance shall be provided after each workday and prior to the start of the next workday. Information shall at a minimum include the following: Required Testing form. Company s name, addresses, telephone, fax, and email address(es). Name and signature of contractors who perform the maintenance and testing. VA Work Contract Number, name, and number of VA Contracting Officer. Location, Type, Name, and nameplate information of electrical equipment to be maintained and tested. Location shall include: Station Name Building Room Number or Corridor Designation and Equipment name if electrical component has more than one item tested. Any deficiencies identified. Scheduling and Power Outages This contract is for the testing and maintenance of a critical electrical distribution system and will require 30+ days for completion. The contractor shall, within fourteen (14) calendar days after award, prepare and submit to the VA COR for acceptance a basic schedule showing the order in which the Contractor proposes to perform work. All work shall be coordinated with the COR and the Medical Center: Kick-off Meeting (with basic schedule) NTP + 14 calendar days. Verification and Validation of Electrical Components to be tested, inspected and maintained. NTP + 60 calendar days. Infra-Red Survey Includes with item 4. Testing, Inspection, and Maintenance of Electrical Components. 30+ working days, 45 calendar days NTP + 75 calendar days. Draft Report Submissions. NTP + 89 calendar days. Final Report Submissions. NTP + 113 calendar days. Upon verification and validation of the electrical components, the contractor shall provide a proposed Detailed Outage schedule. Allow for 3 calendar days for scheduling of each outage after approval of detailed outage schedule. Due to the critical nature of the electrical distribution system, the VA may restrict the size and length of each outage. Coordinate with the COR and VA FMS Safety and Outage Coordinator. The Detailed Outage Schedule shall include the following: Location for Locking Out Electrical Components for Each Outage. Electrical Components to be Tested, Inspected, and Maintained for Each Outage. Length of Time of Each Outage. Proposed Date of Each Outage. Number of Contractor Employees on-site for Each Outage. Limitations of Each Outage: Outages shall be completed during other than normal working hours and shall be approved by the VA Contracting Officer and the COR. Outages may be limited to night and weekend hours. Outages shall not last longer than 4 hours in a 24-hour period without the specific approval of the VA Contracting Officer and the COR. Miscellaneous Requirements The COR shall be contacted as to providing a working space for testing electrical components and an area for storage of materials. Storge space within the Medical Center is not available. Therefore, material storage space shall be the responsibility of the contractor and shall be mobile in nature (Conex, trailer, etc.). Final location of mobile storage to be as directed by the COR. Contractor parking shall be coordinated with the COR. VA shall provide space for testing equipment and electrical power to run the Contractor testing equipment. The location for the equipment shall be designated by the COR and the location will not be oved without approval of the COR. Submit the power requirements for Contractor testing equipment in the Contractor Proposal. Connection to the power source for Contractor equipment is the responsibility of the Contractor to include protective devices, cables, etc. The VA electrical staff will de-energize any lines for Contractor to connect to. The contractor shall supply all labor, materials, supplies, equipment, vehicles, portable generators, lights, etc. necessary to accomplish work during power shutdowns. The VA will not furnish materials or equipment for the Contractor s use. Contractor shall be responsible for the labor, materials, equipment, tools, etc., to remove covers, lids, bars, plates, or other removable impediments to electrical components for access to the equipment to be tested, inspected and/or maintained. The VA will not provide labor for any work except for de-energizing and energizing electrical components and providing access to secure areas. Review of electrical distribution system prior to bidding is the responsibility of the Contractor. Documents/information provided in this solicitation is not sufficient to complete an accurate cost estimate/proposal. Failure to conduct a site visit will not be a reason for a Request for Equitable Adjustment after award of the contract. VA Owned Transformers and Oil Filled Switches The contractor shall provide onsite; labor, materials, tools, test equipment and supervision necessary to accomplish Testing on VA-Owned Transformers and Oil filled switches. All services for this contract must meet manufacturer s performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electrical Code (NEC), Life Safety Code (LSC), Joint Commission on Accreditation of Healthcare Organizations (JCAHO), and VA Regulations. Testing shall include but not is not limited to: Visual Inspection & Field Service History to include all fluid levels, temperature readings, pressure/vacuum, paint condition, leaks and history of maintenance services. Liquid Screen Test Data to include neutralization number, IFT, dielectric breakdown strength, color, specific gravity, and visual examination data. These tests are to evaluate the progress of oxidation, indicate needs for maintenance and identify contamination. Inhibitor Content: The most cost-effective point at which to perform oil maintenance is when oxidation inhibitor has become depleted, but other oil quality results are still acceptable. Liquid Power Factor: Contamination from outside materials, moisture, and oil oxidation all raise the liquid power factor. The type of problem will be determined and evaluated using the liquid power factor analysis run at both 25 degrees Celsius and 100 degrees Celsius. Karl Fischer Moisture Determination: Moisture corrodes metal components, weakens the solid insulation, and promotes oxidation and increases the rate of aging for the equipment. At high levels, it lowers the insulating capabilities of the oil and solid insulation and can lead to flashover. Moisture analysis is required to monitor the progress of this damaging contaminant. Furan Analysis: This is a method for determining the condition of the solid insulation by drawing and analyzing a sample of the insulating liquid. The profile of furans indicates whether an active fault condition is breaking down the paper and gives a reliable estimate concerning the extent to which the solid insulation has aged. Dissolved Gas Analysis: Concentrations of nine gases dissolved in the insulating liquid are determined. The profile of gases is interpreted. An abnormal gas profile indicates an incipient transformer fault oil or paper overheating, hot spot overheating, or an electrical discharge. PCB Content: The PCB Content will be determined using packed column gas chromatography documentation. DELIVERABLES The Service provider shall submit two (2) hard copies and electronic copy of all maintenance, testing, and inspection data/reports to the COR within seven (7) calendar days of completion of work. The contractor shall submit any waste manifest documents as applicable. SPECIAL INSTRUCTIONS Contractor Check-in: All employees of the service provider shall comply with VA Security Management Program and obtain permission of the VA Police and restricted from unauthorized access. Upon arrival, the contractor shall sign-in at Building 15 and receive a temporary identification badge prior to performing services at VA Connecticut Healthcare System. The contractor shall wear visible identification always displaying the name and company ID while on site. All site visits shall be coordinated with the VA COR. Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor shall provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced, the name of the representative, and the services performed, and parts replaced and labor hours. The reports shall be delivered within five business days. Per VA Directive 1805, smoking vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service providers and their employees. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. VA reserves the right to close or shut down the facilities and order Service provider employees off the premises in the event of a national emergency. The Service provider may return to the site only with the written approval of the VA Contracting Officer. Prior to commencing work onsite, all Service providers and provider personnel shall furnish proof of receipt of required COVID vaccinations and boosters in compliance with current VHA Directives. Prior to commencing work onsite, all Service providers and provider personnel shall furnish proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 04, 2021. Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with COR. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider s performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to the rules of the Medical Center applicable to their conduct. Execute work in such a manner as to reduce impacts with work being done by others. Billing: Provide COR with a report or statement of work completed and include statements with request for payment. Statement should include service completed and the date each service item was completed. Labor charges shall be billed hourly, and any unused labor totals will be credited back to the VA Medical Center on the next billing cycle, upon receipt of the service report. TERMS AND CONDITIONS User Responsibility: The contractor shall not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. All work is subject to inspection, review and approval by the HVAC Supervisor, Utility System Supervisor, Chief M&O, Chief Engineer, and/or their designees. Evaluation Process Award will be made to the best price, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price, past performance, and capabilities. The following factors shall be used to evaluate offers: 1. Price (Follow these instructions): a. Vendor shall provide a quote for the scheduled drop off dates above. Vendors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards (SCLS) if applicable. b. Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements. b. Contractor shall provide a list of all services included in the price. c. Contractor shall provide all current and relevant licenses and/or certifications for the State of Connecticut if applicable. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. e. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Statement of Work. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome. 3. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. a. For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). i. Verified SDVOSBs will receive a 5% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). ii. Verified VOSBs will received a 2.5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 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), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(a) insert the following clause: (a) This solicitation includes 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _____________________________________________________________________________________ (End of clause) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination West Haven and Newington VAMC WD 2015-4127 and 2015-4119 (Rev-28), 52.222-42, 52.222-43, 52.222-55, 52.222-6 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ questions are due NLT 08/23/2024 at 17:00 PM EST. RFQ responses are due NLT 08/27/2024 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24124Q0631 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov)

Award

Medical

$315,000.00

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 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
441
Active Projects
259
Bidding Soon
4,168
All Active Projects
1,751
Updated Recently

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.

August 27, 2024

September 25, 2024

img_map_placeholder

Multiple Locations, West Haven, CT


The best commercial construction data available. Period.

Access 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.