N042--Facade Safety Netting Installation Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159168749502842
Posted Date: Apr 25, 2024
Due Date: May 8, 2024
Solicitation No: 36C24524Q0473
Source: Members Only
Follow
N042--Facade Safety Netting Installation Services
Active
Contract Opportunity
Notice ID
36C24524Q0473
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

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

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

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

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 25, 2024 04:03 pm EDT
  • Original Date Offers Due: May 08, 2024 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N042 - INSTALLATION OF EQUIPMENT- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Baltimore VA Medical Center 10 N. Greene Street Balitmore , 21201
Description
1. Introduction:
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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; quotes are being requested and a written solicitation will not be issued.

B. This solicitation is not restricted to any particular business size limitation it is open for competition among all business sizes.

C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2024-03 and VAAR Update 2008-37. The full text of the provisions and clauses can be obtained from the following websites: https://www.acquisition.gov/browse/index/far and http://www.va.gov/oal/library/vaar/.
2. Responding to this solicitation. Offeror must submit its quote via email to James.Whisner@va.gov. Offeror must provide the following information with its quote:
A. Offeror s legal entity name, address, SAM Unique Entity Identifier (UEI) number;
B. Information that demonstrates your company has at least 10 years of experience in building façade and has completed at least two similar projects installing façade safety mesh netting within the past 5 years;
C. Information that describes the façade safety mesh netting type/style, attachment method & color choice for the façade safety mesh netting your company is offering to install;
D. Offeror s contemplated project schedule outlining the time needed to obtain all required permits and complete the safety mesh netting installation;
E. The completed Price Schedule - you must enter your quoted unit price, amount & grand total in the accompanying Price Schedule (see solicitation attachments).
F. Subcontracting Plan. If your company is not registered in the SAM database as small business under the NAICS code applicable to this procurement and it is the apparent successful offeror, then it will be required to submit an acceptable subcontracting plan upon request by the Contracting Officer before contract award. At such a time, a subcontracting plan template will be provided. However, if Offeror declares that subcontracting possibilities do not exist, then the subcontracting plan requirements may be excluded from this procurement, provided that (1) the Offeror provides a statement with its quote explaining why subcontracting possibilities do not exist (e.g., whether firms engaged in the business of furnishing the types of items to be acquired customarily contract for performance of part of the work or maintain sufficient in-house capability to perform the work; whether the firm can acquire any portion of the work with minimal or no disruption to performance (with consideration given to the time remaining until contract completion), and at fair market value) and (2) the determination to exclude the subcontracting plan requirements is approved at a level above the contracting officer.

3. Date & time quotes are due: May 8, 2024 at 11:00 AM Eastern.

4. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3) to determine which offer provides the best benefit to the Government. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Alternate quotations may be submitted. Each response must meet the minimum requirements of the solicitation. The Government will award a contract to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation will consider the following: technical capability (e.g., past experience, project timeline, netting type/style, attachment method and color choice), Veterans involvement (in accordance with VAAR 852.215-70), and price.

5. Description of Work:
A. Contractor shall furnish all resources necessary to provide and install temporary safety mesh netting over the existing granite veneer on the exterior of the Baltimore Veterans Affairs Medical Center and bridge connecting to the University of Maryland Medical Center. (See the accompanying Work Statement for details.)
B. Contract Line-Item Numbers, quantities, unit of measure: (see the accompanying Price Schedule attachment for details).

6. The provision at 52.212-1, Instructions to Offerors Commercial Services (SEP 2023), applies to this acquisition, including the following addenda:
A. 52.204-7, System for Award Management (OCT 2018);
B. 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020);
C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021);
D. 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023);
E. 52.209-7, Information Regarding Responsibility Matters (OCT 2018);
F. 52.233-2, Service of Protest (SEPT 2006);
G. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018);
H. 852.233-71, Alternate Protest Procedure (OCT 2018).

7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision.

8. The provision at 52.237-1, Site Visit. A site visit is scheduled to be conducted at the Baltimore VAMC on May 2, 2024 at 11 AM personnel attending this site visit will meetup with the Baltimore VAMC POC, Ms. Alona Green, outside the front entrance; Ms. Green can be reached at 443-742-6571. Offerors 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.

9. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (NOV 2023), applies to this acquisition, including the following addenda:
A. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011);
B. 52.204-13, System for Award Management Maintenance (OCT 2018);
C. 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020);
D. 52.228-5, Insurance-Work on a Government Installation (JAN 1997) and CL-120, Supplemental Insurance Requirements;
E. 852.201-70, Contracting Officer s Representative (DEC 2022);
F. 852.203-70, Commercial Advertising (MAY 2018);
G. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION);
H. 852.215-71, Evaluation Factor Commitments (OCT 2019);
I. 852.219-70, VA Small Business Subcontracting Plan Minimum Requirements (JAN 2023);
J. 852.232-72, Electronic Submission of Payment Requests (NOV 2018);
K. 852.242-71, Administrative Contracting Officer (OCT 2020).

10. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (FEB 2024), applies to this acquisition, including the additional FAR clauses cited in the clause:
A. 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020);
B. 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);
C. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020);
D. 52.204-14, Service Contract Reporting Requirements (OCT 2016);
E. 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023);
F. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021);
G. 52.219-8, Utilization of Small Business Concerns (FEB 2024);
H. 52.219-9, Small Business Subcontracting Plan (SEP 2023);
I. 52.219-16, Liquidated Damages Subcontracting Plan (SEP 2021);
J. 52.219-28, Post Award Small Business Program Rerepresentation (FEB 2024);
K. 52.222-3, Convict Labor (JUNE 2003);
L. 52.222-21, Prohibition of Segregated Facilities (APR 2015);
M. 52.222-26, Equal Opportunity (SEPT 2016);
N. 52.222-35, Equal Opportunity for Veterans (JUN 2020);
O. 52.222-37, Employment Reports on Veterans (JUN 2020);
P. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010);
Q. 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020);
R. 52.222-50, Combating Trafficking in Persons (NOV 2021);
S. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020);
T. 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021);
U. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018);
V. 52.222-41, Service Contract Labor Standards (AUG 2018);
W. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014). Fill-in information: laborer-WG2, material handling laborer-WG2, heavy equipment operator-WG10;
X. 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022);
Y. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022).

11. The clause at 52.237-2, Protection of Government Buildings, Equipment, and Vegetation.

12. 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:" (Quoters shall list exception(s) and rationale for the exception(s), if any.)
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 25, 2024 04:03 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

May 6, 2024[Combined Synopsis/Solicitation (Updated)] N042--Facade Safety Netting Installation Services

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >