Attachment 2: Combined Synopsis/Solicitation for Commercial Items
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4
Original Date: 10/12/17
Revision 01 Date: 01/08/18
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25219Q0467
Posted Date:
04/17/2019
Original Response Date:
04/30/2019
Current Response Date:
04/30/2019
Product or Service Code:
J059
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
811219
Contracting Office Address
Great Lakes Acquisition Center
VA Iliana Healthcare System
1900 East Main Street
Danville Illinois 61832
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations (RFQ). This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.
The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5 million.
The VA Iliana Healthcare System, 1900 East Main Street, Danville Illinois is seeking to purchase Liebert Uninterruptable Power Supply (UPS) System Maintenance Services.
All interested companies shall provide quotations for the following:
Schedule
Base Year 06/01/2019-11/30/2019
Line Item
Description
Quantity
Unit
Total Price
0001
THE CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIAL, SUPPLIES, EQUIPMENT, MANAGEMENT AND SUPERVISION TO PROVIDE ANNUAL MAINTENANCE SUPPORT FOR A LIEBERT UNINTERRUPTABLE POWER SUPPLY; SUPPORTING THE MAIN SERVER ROOM WHICH SERVES THE ENTIRE VAIHCS MAIN CAMPUS AND SATELLITE LOCATIONS; LOCATED IN BUILDING 104 AT 1900 EAST MAIN STREET, DANVILLE, IL 61832.
1
JB
Option One
12/01/2019-11/30/2020
0002
THE CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIAL, SUPPLIES, EQUIPMENT, MANAGEMENT AND SUPERVISION TO PROVIDE ANNUAL MAINTENANCE SUPPORT FOR A LIEBERT UNINTERRUPTABLE POWER SUPPLY; SUPPORTING THE MAIN SERVER ROOM WHICH SERVES THE ENTIRE VAIHCS MAIN CAMPUS AND SATELLITE LOCATIONS; LOCATED IN BUILDING 104 AT 1900 EAST MAIN STREET, DANVILLE, IL 61832.
1
YR
Option 2
12/01/2020-11/30/2021
0003
THE CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIAL, SUPPLIES, EQUIPMENT, MANAGEMENT AND SUPERVISION TO PROVIDE ANNUAL MAINTENANCE SUPPORT FOR A LIEBERT UNINTERRUPTABLE POWER SUPPLY; SUPPORTING THE MAIN SERVER ROOM WHICH SERVES THE ENTIRE VAIHCS MAIN CAMPUS AND SATELLITE LOCATIONS; LOCATED IN BUILDING 104 AT 1900 EAST MAIN STREET, DANVILLE, IL 61832.
1
YR
Option 3
12/1/2021-11/30/2022
0004
THE CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIAL, SUPPLIES, EQUIPMENT, MANAGEMENT AND SUPERVISION TO PROVIDE ANNUAL MAINTENANCE SUPPORT FOR A LIEBERT UNINTERRUPTABLE POWER SUPPLY; SUPPORTING THE MAIN SERVER ROOM WHICH SERVES THE ENTIRE VAIHCS MAIN CAMPUS AND SATELLITE LOCATIONS; LOCATED IN BUILDING 104 AT 1900 EAST MAIN STREET, DANVILLE, IL 61832.
1
YR
Option 4
12/01/2022-11/30/2023
0005
THE CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIAL, SUPPLIES, EQUIPMENT, MANAGEMENT AND SUPERVISION TO PROVIDE ANNUAL MAINTENANCE SUPPORT FOR A LIEBERT UNINTERRUPTABLE POWER SUPPLY; SUPPORTING THE MAIN SERVER ROOM WHICH SERVES THE ENTIRE VAIHCS MAIN CAMPUS AND SATELLITE LOCATIONS; LOCATED IN BUILDING 104 AT 1900 EAST MAIN STREET, DANVILLE, IL 61832.
1
YR
Services
Performance Work STATEMENT
Scope of work:
The vendor shall provide all labor, material, supplies, equipment, management and supervision to provide annual maintenance support for a six (6) month base period and semiannual maintenance support for up to Four (4) option years for a Liebert Uninterruptable Power Supply supporting the main server room serving the entire VA Iliana Healthcare Systems and its satellite locations located in Building 104 of the main campus at 1900 East Main Street, Danville, II 61832. Items to be covered are as follows:
EXM 280V 60 Model # 47SA060GA01298
Sealed Battery Model # 47BPGTA72L10205
Sealed Battery Model #47BPGTA72L20141
Services to be provided:
Stationary Battery Systems
One (1) Preventive Maintenance Service to include all labor and travel during the base contract period to be conducted during normal business hours, Monday thru Friday excluding Federal Holidays
Inspect the battery appearance and cleanliness of the battery and the battery room
Clean normal jar top dirt accumulation with the battery off line
Measure and record the total battery float voltage and charging current
Measure and record the AC ripple voltage
Measure and record the AC ripple current
Visually inspect the jars and covers for cracks and leakage
Visually inspect for evidence of corrosion
Measure and record the ambient temperature
i. Verify the integrity of the battery rack/cabinet
Measure and record 100% of the jar temperatures
Measure and record the float voltages of all cells
Measure and record internal ohmic readings
Provide a detailed written report noting any deficiencies and corrective actions needed, taken and/or planned
Verify approval for Battery Life program
Includes parts, labor, disposal and battery jars as required- up to 10% replacement per year to include battery recycling as required
Retighten all battery connections to the battery manufacturers specifications
Measure and record all battery connection
resistances in micro-ohms when applicable
Refurbish cell connections as deemed necessary by the detailed inspection report
Uninterruptable Power System
One (1) Preventive Maintenance Service to include all labor and travel during the base contract period to be conducted during normal business hours, Monday thru Friday excluding Federal Holidays
Perform a temperature check on all breakers, connections and associated controls. Repair and/or report all high temperature area
Perform a complete visual inspection of the equipment, sub-assemblies, wiring harnesses, contacts, cables and major components
Check air filters for cleanliness
Record all voltage and current meter readings on the display
Check all nuts, bolts, screws and connectors for tightness and heat discoloration
With customer approval, perform operational test of the system including unit transfer and battery discharge
Calibrate and record all electronics to system specifications
Check or perform Engineering Field Change Notices a necessary
Record phase to phase input voltage and currents
J . Review system performance, address questions and schedule required repairs
C. Option Year Services
1. Subsequent semiannual services are to be provided at approximately 6-month intervals during the option year periods, during normal business hours, Monday thru Friday excluding Federal holidays. Services specified the Stationary Battery Systems requirement in a-q above will apply at the 6-month intervals
2. Services provided semi-annually shall be the same as specified for the annual services listed above except for items e-j under Uninterruptable Power Systems which will only be required to be completed annually
D. Additional Requirements
Guaranteed four (4) hour on site emergency response, 7 days/week, 24 hours/day. All services are to be performed by Vertiv factory trained and authorized technicians. Vertiv Services is the OEM service provider for Liebert Products. Contractor shall Include access to the Customer Service Resolution Center (1-800-543-2378) and the Vertiv Customer Services Network Online Internet Portal
E. Site Access
All personnel working on this project will be required to be in possession of a valid VA flash pass or will need to sign in at Police Service daily to obtain a visitor badge prior to working on this project. Badge application forms (0711) are available from the COR
All personnel working on VA property are required to complete privacy training and comply with VA Handbook 6500.6 Appendix C, Sections 1,6,7,9a(3) and 9b
All personnel on VA projects are required at a minimum to be in possession of a Ten (10) hour OSHA card
Infection control permits where required will be issued by the Infection Control staff (Stephanie Green) (217) 554-3243 prior to the commencement of work. COR/POC will assist with coordination and escorts as required.
.
F. Delivery of Services
Initial annual service is to be scheduled as soon as practical after award. Option year services to be conducted as close as practical to the requested six {6) month intervals. Coordination with VAIHCS Engineering and Infection Control is required prior to scheduling work. Point of contact is Jim Blanding at (217) 554-5992, alternate is Carl Wise at (217) 554-5886
Place of Performance
Address:
VA Iliana Healthcare System
1900 East Main Street
Danville Illinois
Postal Code:
61832-5198
Country:
UNITED STATES
Award shall be made to the quoter whose quotation offers the lowest-priced offer meeting or exceeding the acceptability standards for non-cost factors. The government will evaluate information based on the following evaluation criteria:
DOCUMENTATION OF TECHNICAL ACCEPTABILITY
The following Evaluation Factors will be used as the basis for determining Technical Acceptability:
FACTOR 1: QUALIFICATIONS OF KEY PERSONNEL
To be Technically Acceptable, offerors must demonstrate that they have the personnel who possess the appropriate qualifications and experience to perform the services as
identified in the Statement of Work. Offerors shall provide the following information on
each proposed contract provider:
A. Provide a list of the names Key Personnel to be utilized in the performance of this contract and a description of the particular services to be provided by such personnel.
B. Documentation confirming the Contractor personnel s proof of having One (1) Year of experience regarding the requirements of the Statement of Work
C. Documentation of personnel having completed a formalized training program for all equipment covered under this contract.
FACTOR 2: MANAGEMENT CAPABILITY
To be Technically Acceptable, offerors must demonstrate that the firm s management
possesses the required knowledge, experience, plans, controls, approach and other
capabilities to perform the services as identified in the Statement of Work. Offerors shall
provide the following information:
A. Describe firm s ability to provide the full range of services as outlined in the statement of work
B. Describe firm s knowledge and experience in servicing the equipment identified in the solicitation
C. Demonstration that the contractor is an authorized provider for the type of device (s) referenced and has access to OEM certified parts and Supplies.
FACTOR 3: PAST PERFORMANCE
To be Technically Acceptable, the information reviewed by the Government shall clearly
indicate that the offeror possesses the ability to satisfactorily perform the contract. Past
Performance evaluations will be conducted using information provided with the offer,
information obtained from references, information obtained from the Past Performance
Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity
Information System (FAPIIS) and information from any other sources deemed
appropriate. When evaluating past performance, the Government may consider the
currency and relevancy of the information, the source of the information, the context of
the data provided, and the general trends in the contractor s performance. An offeror that has no available relevant past performance history will not be evaluated favorably or unfavorably. Such offerors may submit relevant past performance information regarding: predecessor companies; key personnel who have relevant experience; or subcontractors that will be performing major or critical aspects of this requirement;
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. Offerors may provide information on problems encountered on the identified contracts and the offeror s corrective actions.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items [OCT 2018]
FAR 52.212-3, Offerors Representations and Certifications Commercial Items [OCT 2018]
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION)
52.212-2 Evaluation-Commercial Items (OCT 2014)
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.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items [OCT 2018]
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
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)
852.203-70 Commercial Advertising (MAY 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION)
852.219-74 Limitations on Subcontracting- Monitoring and Compliance (JUL 2018)
852.228-71 Indemnification and Insurance (MAR 2018)
852.232-72 Electronic Submission of Payment Requests (NOV 2018)
852.237-70 Contractor Responsibilities (APR 1984)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [JAN 2019]
The following subparagraphs of FAR 52.212-5 are applicable:
subparagraph (b) (4),(8),(21),(22),(25), (27), (28),(30),(32), (33), (42),(49),(55)
Subparagraph (c ) (1) (2),(3),(8), (9)
Wage Determination 2015-5021 shall apply
All quoters shall submit the following: One Copy of the quotation to include all documentation of technical acceptability as outlined above.
All quotations shall be sent to the Contracting Officer via U.S.P.S regular mail, commercial overnight delivery or hand-delivered. It may also be emailed to Kevin Adkins, Contracting Officer, at
[email protected].
Email submissions are preferred.
This is an open-market combined synopsis/solicitation for Liebert UPS System Maintenance Services as defined herein. 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:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 4PM CDT on Tuesday April 30,2019 by the methods stated above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Emailed quotes are accepted and preferred.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Kevin Adkins at
[email protected]
Point of Contact
Kevin Adkins Contracting Officer
217-554-4544 Office
217-554-3206 Fax
[email protected]
Bid Protests Not Available