Similar Projects
Indefinite Delivery/Indefinite Quantity Electronic Security Systems (ESS) 7th Generation
Term Contract
Design
Less than $675,000,000 est. value

Specifications For Electrical Construction Repair To Damaged Utility Lines In Post Disaster Environment
Post-Bid
Moore Haven, FL

Hanger Fans
Term Contract
Post-Bid

Generator Preventative Maintenance Services (Region 3)
Term Contract
Results
Lakeland, Largo, Orlando, Saint Petersburg, Tampa, FL 32801

Relocate Airfield Electrical Vault
Results
$3,211,905 est. value
Clearwater, FL 33762

Holiday Lighting Services
Alteration
Post-Bid
Seminole, FL 33772

Electrical Thermographic Infrared Scan and Window Installation
Term Contract
Results
$304,283 est. value
FL

MATOC IDIQ for Control Systems Installations at Hydroelectric Facilities for The U.S. Army Corps of Engineers, South Atlantic Division
Term Contract
Post-Bid
Less than $20,000,000 est. value

Generator System Addition
Results
Palm Harbor, Saint Petersburg, FL 34683

Storm Rates Overhead Line Construction 2022
Infrastructure
Post-Bid

Emergency Generator Installation and Traffic Signal Repair
Results
$2,000,000 est. value

Generator System Addition
Alteration
Post-Bid
Palm Harbor, Saint Petersburg, FL 34683

Emergency Generator Installation
Results
$750,000 est. value

Electrical Upgrades at Lakeside Terrace Apartments
Alteration
Post-Bid
Pinellas Park, FL 33781

Circuit Board-Electronic Control Replacement and Repair Services - Utilities
Results
FL

Last Updated 09/26/2022 04:36 AM
Project Title

Uninterrupted Power Supply Maintenance Services

Physical Address View project details and contacts
City, State (County) Bay Pines, FL 33744   (Pinellas County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

COMBINED SYNOPSIS SOLICITATION i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii. 36C10E23Q0004 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2022-07, dated 08-10-2022. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be System for Award Registered Active and Veterans a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) verified at the date and time set for receipt of offers. An Offeror, who is not SAM, registered or a VIP verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The applicable NAICS Code for this solicitation is 335911, Small Business Size Standard1,250 employees. Applicable wage determination 2015-4571 Revision 19 dated 29 July 2022 is hereby incorporated. Contractor shall provide quote for UPS batteries maintenance. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT SV PRICE AMOUNT 0001 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide routine/preventive maintenance (PM) and unscheduled maintenance to the new UPS system and batteries while under factory warranty as specified in the UPS System & Batteries Maintenance. Base Year. POP Begin: 11-01-2022 POP End: 10-31-2023 1 SV $______ $________ 1001 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide routine/preventive maintenance (PM) and unscheduled maintenance to the UPS system and batteries as specified in the UPS System & Batteries Maintenance SOW. Option 1 POP Begin: 11-01-2023 POP End: 10-31-2024 1.00 SV $_______ $_________ 2001 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide routine/preventive maintenance (PM) and unscheduled maintenance to the UPS system and batteries as specified in the UPS System & Batteries Maintenance SOW. Option 2 POP Begin: 11-01-2024 POP End: 10-31-2025 1.00 SV $_________ $__________ 3001 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide routine/preventive maintenance (PM) and unscheduled maintenance to the UPS system and batteries as specified in the UPS System & Batteries Maintenance SOW. Option 3 POP Begin: 11-01-2025 POP End: 10-31-2026 1.00 SV $________ $_______ 4001 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide routine/preventive maintenance (PM) and unscheduled maintenance to the UPS system and batteries as specified in the UPS System & Batteries Maintenance 1.00 SV $_________ $________ 4002 At end of life of contract, the Contractor shall order, ship, deliver, unpack install, test, obtain acceptance, remove, and dispose of replaced batteries. This service includes all supervision , l tools, labor and other items and non-personal services necessary to replace all UPS batteries currently installed. Contract Period: Option 4 ARO 60 Days 1.00 SV $___________ $_________ GRAND TOTAL ALL YEARS $____________ Description of Requirement : UPS System & Batteries Maintenance Services Statement of Work UPS System & Batteries Maintenance Services R09/14/2022 1. GENERAL Introduction. The Uninterrupted Power Supply (UPS) preventive maintenance for , Department of Veteran Affairs, Veteran Benefits administration, Support Services Division, Regional Office (VARO317) to complete its mission. Scope of work. Contractor shall provide full preventive maintenance, repair, modification, and installation services for the components of the UPS system and batteries within the St Petersburg VARO Network Support Center (NSC). To include all transportation , materials, tools, parts, supplies, equipment, software, and hardware . The scope of services includes routine and preventive maintenance (PM) to existing UPS system and batteries specified in the contract. Cost of major repair parts required to bring to or maintain the UPS battery system to the manufactures specifications is the responsibility of St Petersburg VARO so long as the component failure is not the result of deficient maintenance. New and or additional UPS system and battery components repaired and/or installed during the duration of the contract will be maintained under this maintenance contract. The Contractor will coordinate with the station project manager or Contracting Officer Representative (COR) if one is appointed by the Contracting Officer (CO) on any new and additional component implementation to ensure that any project related warranty and contractual service on new hardware remains in force. Contractor shall at the end of life of contract shall order ship deliver and install replacement batteries. Batteries replaced shall be tested before final payment is made. 2. GOVERNMENT FURNISHED ITEMS The government shall provide at no cost parking space, use of restrooms, use of canteen, and retail store, and access to the VARO loading docks as necessary 3. CONTRACTOR FURNISHED ITEMS AND SERVICES GENERAL. The Contractor shall be responsible for performing all routine maintenance and repair work required to maintain the UPS system and batteries in the condition prescribed by the original equipment manufacturers recommended guidelines and/or warranty requirements where the warranty remains in force. This is to include all components, accessories, new updates, firmware, bug patches, fixes etc. The Contractor shall work closely with the assigned project manager assigned from VARO317 ,Support Services Division to address various trouble calls. Contractor shall replace-with-kind all damaged components of the UPS battery system. Competencies. The Contractor technicians shall possess thorough knowledge of the installation and full functionality of the current UPS system and batteries. The Contractor will be familiar with the current UPS battery system components, their installation, operation, repair, functionality, and market availability. Installation / Diagnostic tools. The Contractor shall provide and utilize on the job site any diagnostic equipment that will enable the Contractor to repair and return all UPS battery system components to the original performance specifications as outlined in the original manufactures guidelines. 4. SECURITY. The Contractor is required to enter and exit the St Petersburg VARO through the front entrance and will always be escorted. Upon entering the building, the contractor and/or contractor employees will be required to show proof of identity (must have a valid photo ID) as well as pass through a security screening. The contractor will be escorted at all times while inside the Regional Office. Due to the sensitivity and personal information processed at the VARO the Contractor as well as the Contractors employees will be required to complete VA Privacy and Information Security Awareness Training VA TMS 10176. Certification of completion of training will be submitted to the assigned project manager VARO317 SSD, within 10 working days from the contract award date. In addition, a VA Form 20-0334 must be completed by the Contractor, contractor employees, and sub-contractors and original copies turned in to the station project manager prior beginning installation. SAFETY. Equipment - The Contractor shall provide all safety equipment/devices, MSDS, personal protective equipment and clothing as required for its employees. Copies of all MSDS shall be provided to the station project manager Compliance with Laws. Contractor represents and warrants that the performance of this contract and the furnishing of goods or services required shall be in accordance with the applicable standards, provisions and stipulations of all pertinent Federal, State or Authority laws, rules, regulations, resolutions, and ordinances including but not limited to the Fair Labor Standards Act, the Equal Employment Opportunity rules and regulations, the Transportation Safety Act, the National Environmental Policy Act, and the Occupational Safety and Health Acts. Minimum Certifications, Training, Experience: The Contractor shall adhere to the NFPA 70B standards as well as ANSI C132.1 as they pertain to electrical equipment maintenance. The Contractor, at its own expense and in its own name, must provide and keep in force during the term of this Agreement, the following insurance coverages, provided by a company(s) licensed to conduct business in the State of Florida: Worker s Compensation Insurance, including Employer s Liability Insurance, complying with the laws of the Florida. Comprehensive General Liability Insurance, including Contractual Liability and Products Completed Operations Liability as well as coverage on all Contractor s equipment owned, hired, or used in performance of this contract. DESCRIPTION OF SERVICES. The following services shall be provided by the Contractor: Scheduled Maintenance. The contractor shall perform quarterly scheduled maintenance on the UPS system and batteries in the Network Service Center (NSC) at the St Petersburg VARO. Contractor will provide all parts, labor, and expertise necessary to complete required maintenance tasks to include but not limited to: SRS 300 75-125 Semiannually check power capacitors, vent caps, voltage and current meter readings, harmonic trap filter currents, breakers, fuses, connections, wiring, contacts, cables .etc., Annually check and record phase-to-phase input voltage and currents, record low voltage power supply levels, check for evidence of heat discoloration, check inverter and rectifier snubbers for signs of damage. Ensure SRC 300 75-125 is functioning per manufactures specifications PPC 75-125 Perform Infrared Scan verifying tightness of circuit breakers and panel board(s) branch circuits, high and low voltage junction box terminals, transformer, terminal block, and ground/neutral bus bar connections. Verify continuity of fuses, grounding electrode conductor (all isolated grounds), and EPO lamps are illuminated. Ensure PPC 75-125 is functioning per manufactures specifications. Sealed Battery Cabinet W/30ea, UPS batteries quarterly visually inspect for cleanliness, leakage, corrosion, gas/vapor leaks, voltage levels, charging current, ohmic readings, float voltage of cells etc.. Ensure all batteries are functioning per manufactures specifications Unscheduled maintenance. Emergency requests will be responded to within 4 hours, 24hrs/day, 7 days/week. Inoperable UPS battery components will be repaired or replaced within 24 hours. Parts include those items that must be replaced due to fair wear and tear. The cost for parts and labor for maintenance or damage resulting from operator negligence may be submitted through the Contracting Officer for consideration of payment. UPS Battery Components. The contractor shall ensure components to the following UPS battery system are able to be obtained and maintained as required: Liebert SRS 300 75-125, 1 each Liebert PPC 75-125, 1 each Liebert Sealed Battery Cabinet, 2 each W/30ea, UPS 12-270FR VRLA batteries Total of 96 UPS 12-270FR VRLA batteries 5.Mishaps Mishap Notification and Investigation: The contractor and its subcontractors (if applicable) shall promptly report pertinent facts regarding mishaps involving Government property damage or injury to Government personnel and to cooperate in any resulting safety investigation. The contractor shall notify (via telephone) the cognizant contracting officer, the contracting officer s representative, and/or other applicable members within four (4) hours of all mishaps or incidents. The Government person notified by the contractor will in-turn notify the Safety office. If requested by the cognizant contracting officer, the contracting officer s representative, and/or the cognizant program manager, the contractor shall immediately secure the mishap scene/damaged property and impound pertinent maintenance and training records until released by the investigating safety office. If the Government investigates the mishap, the contractor and the subcontractors shall cooperate fully and assist the Government personnel until the investigation is completed. 6. Hazardous waste disposal The contractor shall comply with all documents listed below as mandatory and referenced under paragraph 3.0, Performance Requirements. Compliance with documents listed as non-mandatory is the contractors' option. Mandatory compliance 29 CFR 1926 Corps of Engineers Manual EM 385-1-1, "General Safety Requirements as well as the specific requirements stated elsewhere in the Contract Documents. EM 385-1-1 can be found at http://federalconstruction.phslegal.com/uploads/file/EM-385-1-1_2008.pdf. FR 1926.20 Period of Performance: Base year with four (4) one year option years. FOB Destination. FAR 52.212-1, Instructions to Offerors Commercial Items (NOV 2021), applies to this solicitation. The following provisions and clauses are added as addenda: Complete VAAR 852.219-77 and submit with quote. Government request most favored customer pricing If using a subcontractor(s) include the companies ; name, address, phone, email, website, point of contact, UEI and a less than one page explanation of what their role they will perform for your company on the eventual contract. A site visit is scheduled for September 23, @ 10:AM EST , the meeting point is the lobby ( entrance ). The Project Manager on site at VARO317, is Danny Wert. Please RSVP by email, if you plan on attending, to danny.wert@va.gov with cc to me , Contracting Officer (CO) at Raymond.tracey@va.gov. The location once a date and time is set will be the lobby of Department of Veteran Affairs, Veterans Benefits Administration, Support Services Division VARO317 , 9500 Bay Pines, Bay Pines Florida 33744-8700. No phone calls will be taken in regard to this RFQ. If a site visit is conducted submit any questions via email to Raymond.tracey @va.gov and danny.wert@va.gov. I will post and amendment with response if needed. Offerors are reminded it is your responsibility to check the official site for contracting opportunities. No questions by email will be responded to after the amendment with responses is posted. It is OOfferor sresponsibility to review the RFQ before submitting any questions that can be or are already in the RFQ. Schedule page shows SV, your quote that you submit should be for quarterly (QT) service as stared in the SOW Line item 4002 or at end of life requires your submission to include putting in new batteries prior to final payment and closure of contract. FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.212-2 Evaluation Commercial Items (NOV 2021), applies to this solicitation. Offers will be evaluated on 1. Technical 2. Past Performance 3. Price. Technical & Past Performance when combined is more important than price. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (MAY 2022) applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) applies to this solicitation. The following provisions and clauses are added as addenda: FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaam/index.asp https://www.va.gov/oal/library/vaam/index.asp 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE ( OCT 2018) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.222-19 Child Labor-Cooperation with Authorities & Remedies ( Jan 2022 ) The Government will take no action to enforce the clause implementing requirements of Executive Order 14042, absent further written notice from the contracting officer, where the place of performance identified in the contract is in a U.S. state or outlying area subject to a court order prohibiting the application of requirements pursuant to the Executive Order (hereinafter, Excluded State or Outlying Area ). In all other circumstances, the Government will enforce the clause, except for contractor employees who perform substantial work on or in connection with a covered contract in an Excluded State or Outlying Area, or in a covered contractor workplace located in an Excluded State or Outlying Area. A current list of such Excluded States and Outlying Areas is maintained at Safer Federal Workforce for Federal Contractors. For Federal Contractors | Safer Federal Workforce Guidance documents issued by the Safer Federal Workforce Task Force or OMB, related to the Task Force s mission 52.228-5 Insurance Work on a Government Installation (JAN 1997) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government s interest shall not be effective- For such period as the laws of the State in which this contract is to be performed prescribe; or Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of clause) 52.232-18 Availability of Funds ( APR1984)JUN 2020) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.232-23 Assignment of Claims (MAY 2014) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 52.233-1 Disputes (MAY 2014) 52.233-4 Applicable Law for Breach of Contract Claims (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. _X_ 852.203-70, Commercial Advertising. 852.209-70, Organizational Conflicts of Interest. _X_852.211-70, Equipment Operation and Maintenance Manuals. 852.214-71, Restrictions on Alternate Item(s). 852.214-72, Alternate Item(s). [Note: this is a fillable clause.] 852.214-73, Alternate Packaging and Packing. 852.214-74, Marking of Bid Samples. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. 852.215-71, Evaluation Factor Commitments. 852.216-71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. 852.216-72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. 852.216-73, Economic Price Adjustment State Nursing Home Care for Veterans. 852.216-74, Economic Price Adjustment Medicaid Labor Rates. 852.216-75, Economic Price Adjustment Fuel Surcharge. 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements. _X_ 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. _X_ 852.219-77, VA Notice of Limitation on Subcontracting- Certificate of Compliance for Services and Construction ( SEP 2021) (Deviation) 852.222-70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. 852.228-70, Bond Premium Adjustment. 852.228-71, Indemnification and Insurance. 852.228-72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in obtaining Bonds. _X_ 852.232-72, Electronic Submission of Payment Requests. 852.233-70, Protest Content/Alternative Dispute Resolution. 852.233-71, Alternate Protest Procedure. 852.237-70, Indemnification and Medical Liability Insurance. 852.246-71, Rejected Goods. 852.246-72, Frozen Processed Foods. 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements. _X_ 852.270-1, Representatives of Contracting Officers. 852.271-72, Time Spent by Counselee in Counseling Process. 852.271-73, Use and Publication of Counseling Results. 852.271-74, Inspection. 852.271-75, Extension of Contract Period. 852.273-70, Late Offers. 852.273-71, Alternative Negotiation Techniques. 852.273-72, Alternative Evaluation. 852.273-73, Evaluation Health-Care Resources. _X_ 852.273-74, Award without Exchanges. (End of clause) VAAR 852.273-74 Award Without Exchanges (NOV 2021) The Government intends to evaluate proposals and award a contract without exchanges with offerors. Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary. (End of provision) VAAR 852.219-74 Limitations on Subcontracting (JUL 2018) (DEVIATION) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside 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. 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. 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) VAAR 852.219-77 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that 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.] [ ] 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 852.219-10 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. [ ] 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 852.219-10 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. 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 852.219-10 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. 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. 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: Referral to the VA Suspension and Debarment Committee; A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and Prosecution for violating section 1001 of title 18. 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. 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. 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. Certification: 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) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (MAY 2022), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontracting Awards (JUN 2020) (8) 52.209-6 Protecting the Government s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 31 USC 6101) (9) 52.209-9 Update of Publicly Available Information Regarding Responsibility Matters ( OCT 2018) (41USC.2313) (22) 52.219-28 Post-Award Small Business Program Representation (SEP 2021) (27) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) (28) 52.222-19 Child Labor-Cooperation with Authorities & Remedies ( Jan 2022 ) (29) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (30) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) (32) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (35) 52.222-50 Combating Trafficking in Persons (NOV 2021) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014FARFAR) (THIS IS NOT A WAGE DETERMINATION) EMPLOYEE CLASS WAGE + FRINGE BENEFITS 23160 Electrician maintenance $23.05 23370 General Maintenance Worker $17.91 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) N/A N/A Offers are due not later than 14 October 2022 5:00 PM Eastern Offers must be submitted electronically ( email) to raymond.tracey@va.gov. For additional information, please contact the Contracting Officer, Raymond S.Tracey, by e-mail to raymond.tracey@va.gov.

Details

Division 26 - Electrical.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents