A.1 52.211-10 COMMENCEMENT, PROSECUTION, AND …

?Department of Veterans AffairsNetwork Contracting Office 21 (NCO 21)MULTIPLE-AWARD TASK ORDER CONTRACT(MATOC)TASK ORDER PROPOSAL REQUESTInstall Cabling for VA Wireless NetworkPLACE OF PERFORMANCEVA Palo Alto Health Care System (VAPAHCS) 3801 Miranda Ave. Palo Alto, CA 94304NOTICE TO VETERANS INTGRATED SERVICE NETWORK 21 (VISN 21)MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) HOLDERSDescription: THE RESULTING SOLCITATION IS TASK ORDER PROPOSAL REQUEST. Proposals will only be requested and accepted from contractors who were awarded a Veterans Integrated Service Network 21 (VISN 21) Multiple-Award Task Order Contract (MATOC) from Network Contracting Office 21 (NCO 21).Point of Contact: Dario Rissone, Contracting Specialist, Dario.Rissone@Project Title: Install Cabling for VA Wireless NetworkProject specifications and all associated project documents shall be incorporated into the Task Order Proposal Request which shall be posted electronically through FedBizOpps. Questions regarding this notice shall be submitted via e-mail to: HYPERLINK "mailto:dario.rissone@" dario.rissone@The following firms are eligible for award of the resulting task order:Patriot Construction4646 Qantas Lane, Suite B-4Stockton, CA 95206BVB Construction 1889 Knoll DriveVentura, CA 93003Mar Nes, Inc.30 California StreetVallejo, CA 94590Halbert Construction330 S. Magnolia Ave., Suite 203El Cajon, CA 92020Cable Links Construction 5940 East Shields Avenue, Suite 101Fresno, CA 93727Herman Construction10366 Roselle Street, Suite ASan Diego, CA 92121Coburn Contractors300 Water Street, Suite 404Montgomery, AL 36104Glen Mar Construction15800 SE 135th AvenueClackamas, OR 97015Hawk ContractingP.O. Box 490Montrose, CO 81402J.R. Conkey735 Sunrise Avenue, #200Roseville, CA 95661Kevcon Inc.246 East Grand AvenueEscondido, CA 92025Talion Construction819 Moowaa Street, Suite 209Honolulu, HI 96817Any offers received from vendors not mentioned above will not be accepted.TC "PART I - THE SCHEDULE" \l 1TC "SECTION A - SOLICITATION/CONTRACT FORM" \l 1TC "SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair)" \l 2

1. SOLICITATION NUMBER2. TYPE OF SOLICITATION3. DATE ISSUEDPAGE OF PAGES4. CONTRACT NUMBER5. REQUISITION/PURCHASE REQUEST NUMBER6. PROJECT NUMBER7. ISSUED BYCODE8. ADDRESS OFFER TOa. NAMEb. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS)10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date)12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.)12b. CALENDAR DAYS13. ADDITIONAL SOLICITATION REQUIREMENTS:STANDARD FORM 1442 (REV. 8/2014)STANDARD FORM 1442Prescribed by GSA-FAR (48 CFR) 52.236-1(d)SOLICITATION, OFFER,AND AWARD(Construction, Alteration, or Repair)SOLICITATIONSOLICITATIONIMPORTANT - The "offer" section on the reverse must be fully completed by offeror.9. FOR INFORMATION CALL:NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".SEALED BID (IFB)NEGOTIATED (RFP)11. The Contractor shall begin performance within ____________ calendar days and complete it within ____________ calendar days after receivingaward,notice to proceed. This performance period ismandatorynegotiable. (See _____________________________).YESNOa.Sealed offers in original and ___________________copies to perform the work required are due at the place specified in Item 8 by _____________(hour) local time _____________________ (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealedenvelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, the date and time offers are due.b.An offer guarantee is,is not required.c.All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. .d.Offers providing less than _______________________ calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.316VA261-17-R-0924X08-16-2017TO BE DETERMINED (TBD)640-17-2-5181-0031640-17-114Department of Veterans AffairsVA Sierra Pacific Network (VISN 21)VA Sierra Nevada Health Care System975 Kirman AvenueReno NV 89502-2597Proposals have been authorized and areto be sent by email to Dario Rissoneat Dario.Rissone@ Dario Rissone775-785-7156Project Number: 640-17-114 Project Title: Install Cabling for VA Wireless Network Project Location: VA Palo Alto Health Care System (VAPAHCS) 3801 Miranda Ave, Palo Alto CA 94304 The general scope of this work is for the contractor to include all material, labor, tools, equipment, projectsupervision to install infrastructure cabling to support VA wireless access points in Building 7 H Wing at the VA PaloAlto Campus, in accordance with the Statement of Work, AP Layout, and OIT Codes of Practice for this project. THIS PROCUREMENT IS SET-ASIDE FOR COMPETITION ONLY FOR THE MATOC VISN 21 SDVOSB CONTRACT HOLDERS.ALL TERMS AND CONDITIONS OF THE MATOC CONTRACTS APPLY TO THIS TASK ORDER PROPOSAL REQUEST. IAW 15.101-2, this acquisition method is a competitively negotiated Lowest Price Technically Acceptable (LPTA)Source Selection Process. Bid Bond is required. See: Performance & Payment Bonds, within this Solicitation concerning both Payment andPerformance Bond. NAICS Code: 238210 Size Standard: $15M IAW VAAR 836.204 - Disclosure of Magnitude for this VA project: Less than $25,000. 1030XX52.211-10X04:00PM PST09-06-2017X120 14. NAME AND ADDRESS OF OFFEROR15. TELEPHONE NUMBER16. REMITTANCE ADDRESSCODEFACILITY CODE17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of the solicitation, if this offer isaccepted by the Government in writing within __________ calendar days after the date offers are due.AMOUNTS18. The offeror agrees to furnish any required performance and payment bonds.19. ACKNOWLEDGMENT OF AMENDMENTSAMENDMENTNUMBERDATE.20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER20b. SIGNATURE20c. OFFER DATE21. ITEMS ACCEPTED:22. AMOUNT23. ACCOUNTING AND APPROPRIATION DATA24. SUBMIT INVOICES TO ADDRESS SHOWN INITEM25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO10 U.S.C. 2304(c)( ) 41 U.S.C. 3304(a) ( ) 26. ADMINISTERED BY27. PAYMENT WILL BE MADE BYPHONE:FAX:28. NEGOTIATED AGREEMENT29. AWARDYourContractor agreesoffer on this solicitation is hereby accepted as to the items listed. Thisto furnish and deliver all items or perform all work requirements identifiedaward consummates the contract, which consists of (a) the Governmenton this form and any continuation sheets for the consideration stated insolicitation and your offer, and (b) this contract award. No further cont-this contract. The rights and obligations of the parties to this contractractual document is necessary.shall be governed by (a) this contract award, (b) the solicitation, and (c)the clauses, representations, certifications, and specifications incorporatedby reference in or attached to this contract.30a. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED31a. NAME OF CONTRACTING OFFICERTO SIGN30b. SIGNATURE30c. DATE31b. UNITED STATES OF AMERICA31c. AWARD DATEBYOFFERAWARDSTANDARD FORM 1442 (REV. 8/2014) BACK (Include ZIP Code)(Include area code)(Include only if different than Item 14.)(Insert any number equal to or greater thanthe minimum requirement stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.)(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)(Type or print)(4 copies unless otherwise specified)(Type or print)(Type or print)(Contractor is required to sign thisdocument and return _______ copies to issuing office.)(Contractor is not required to sign this document.)(Must be fully completed by offeror)(To be completed by Government)CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE Department of Veterans AffairsVA Sierra Pacific Network (VISN 21)VA Sierra Nevada Health Care System975 Kirman AvenueReno NV 89502-2597Department of Veteran AffairsFMS-VA-2(101) Financial Services CenterPO Box 149971Austin TX 78714-9971 STATEMENT OF WORK Project 640-17-114 Install Cabling for VA Wireless NetworkVA PALO ALTO HEALTH CARE SYSTEM (VAPAHCS) Palo Alto, California Project Points of Contact Project Engineer: Ryan Ngo, 650-493-5000 Ex 69888, HYPERLINK "mailto:Ryan.Ngo@" Ryan.Ngo@Contracting Officer:Statement of WorkExecutive Summary:Project Summary: The Contractor shall perform tasks directly related to the procurement and installation of infrastructure to support VA wireless Internet access point.Design Schedule and Completion: Complete the Project within 30 days from “Notice to Proceed” (NTP). Target completion date: TBDProject Background: VAPAHCS is a major tertiary care referral center with three hospital based divisions and a network of seven (7) community based outpatient clinics (CBOCs) and Research and Administrative campuses. VAPAHCS provides primary, secondary, and tertiary care within a large geographical region encompassing a 10 county, 13,500 square mile catchment area. Approximately 272,000 veterans reside within VAPAHCS’ primary services area (PSA). Work of the project will be performed at VA Palo Alto Division Building 7 - H WingProject DescriptionProject Intent: To select a qualified contractor to provide installation of all necessary power and data infrastructure, networks systems to support VA wireless access points (AP).Scope of Work:Description of work:Contractor shall establish an infrastructure to support VA wireless access points in Building 7 H Wing at VA Palo Alto. At minimum, the following tasks shall be performed.Provide and install 12 CAT5e data drops in Building 7 H WingRun (dark green in color) cables from IDF to AP locations as identified on the attachmentProvide a new 12 port patch panel if necessaryTerminate cables on a rack mounted patch panel in the IDFTerminate cables on RJ45 Biscuit jack at each AP location, no more than 4 feet from the APLeave 6 foot service loop on each cable so that AP can be moved if neededLabel both patch panel in the IDF and biscuit jacksProvide RJ45 patch cords for each biscuit block in the ceiling as well as (qty. 12) 7 foot patch cords in the IDFPrepare ceiling tiles at each AP location to be ready for the AP installation (cut hole and pull cable through)Contractor shall work with COR and VAPAHCS OI&T personnel to determine final installation locationsContractor shall install new conduit and cable support system where there is not enough capacity for new cablesContractor is responsible for creating necessary wall penetrations and following VAPAHCS fire stop guidelines.Contractor shall test the infrastructure before turning over to the VA. Test results will be provided to the COR.Prior to acceptance of the system, the contractor shall provide digital copies of documents to the COR highlighting the work performed including a summary statement, listing of equipment with model & serial numbers, and drawings indicating where new conduit was put in, the routes of all new cable put in, and locations of equipment.The COR will accept the installed wireless system upon determination that the system is fully installed and ready to be used by the VA. After acceptance by the COR, the entire system will be turned over to the VA.Requirements, Codes and RestrictionOI&T Restrictions: The contractor shall comply with all OI&T Code of Practice (attached)The contractor shall review all pertinent VA design and construction criteria and standard details, and is responsible for incorporating all such standards to this project. Contractor may obtain design criteria and copies of the complete VA Design Guides, Design Manuals, & other resources from the VA Facilities Management Technical Information Library at web site/page: HYPERLINK "" shall bring to the attention of VA any code requirements that may be in question during the construction of the project. The intent is to ensure that the Project meets all current IBC, NFPA, local, federal, and VA codes, standards, regulations, and ADA requirements. These may include, but are not limited to, architectural, structural, mechanical, electrical, fire, and life safety codes.Pre-Construction3.3.1. Site Investigation:Contractor shall perform complete site investigation which shall include, but not be limited to, engineering assessment and design of applicable infrastructure systems (e.g., electrical, gas, water, sewer, storm drainage, HVAC, fire-life safety, phone/data/cable, emergency power, chilled water/steam system, medical gases, etc), potential tie-in points, to support the requirements of the Project and to prevent construction change orders due to unforeseen conditions.Contractor shall perform site survey and assess current conduit capacities and electrical outlet availabilityContractor shall provide a site survey report to the COR prior commencing work.VA security Measures: All employees of the general contractor and subcontractors shall comply with the VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access.OSHA Certification: Prior to commencing work, general contractor shall provide proof that an OSHA certified “Competent Person” (CP) (29 CFR 1926.20 (b) (2) will maintain a presence at the work site whenever the general or subcontractors are present.Contractor Training Requirements: All employees of the general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and/or other relevant competency training, as determined by VA CP with input from the ICRA team. All the training records of all such employees must be submitted for approval before the start of work.Interim Life Safety Measures (ILSM) ImplementationContractors shall incorporate the hazard prevention plan which shall include, but not limited to, noise dust-tripping into construction plans.Contractors shall coordinate with COR, VA Safety Officer, and VA Infection Control, to provide design of any Interim Life Safety Measures required during constructionContractors shall provide ILSM(s) as part of the construction documentation, and update this information as required in the construction phase. ILSM documentation may include the following:Phasing plansCode compliance plansEgress plansSpecificationsLife Safety Measures will include planning, identifying, and providing documentation for the following:Identify, design for, and locate compliant fire/smoke barriers during construction.Where Interim Life Safety Measures (ILSM) are required during construction, for each location:Identify places where ILSMs will be required during construction, both interior and exterior impacts.Identify and prepare drawing(s) and signage showing compliant egress paths during constructionIdentify which exit signs need to be covered, as required by the ILSM.Where applicable, identify alternate circulation route(s) for patient or hospital staff to maintain the continuity of hospital functions.Identify utility shutdowns that may impact hospital functionsContractors have to wear appropriate PPE while performing work. (PPE category 3)ConstructionProject Impact, constraints, and design considerations: This Project is one of many projects at the Palo Alto site. Contractors will be informed of other projects and will account for them and their impact on this Project.Program Review: Contractors shall review and confirm the following:Review the proposed Project program, associated projects, and confirm the feasibility of the Project construction in early stages of this Project.Review of VA and required codes, requirements, and standards - notify VA in writing if there are any associated conflicts for the ProjectProvide the progress schedule to the COR 2 weeks prior to construction workQuality Assurance / Quality ControlIn an effort to reduce construction change orders due to unforeseen conditions and omissions, the Office of Facilities Management has initiated a Quality Assurance/Quality Control program. The contractors are required to perform site investigation prior to construction work. Also, the contractors shall develop, execute, and demonstrate that the QA/QC program is well integrated into construction plans.Warrantees: (identify for COR, organize and collate package; summary sheet to include list of warrantees and corresponding warrantee expiration)VA Team:Contractors shall work with the following Veterans Affairs (VA) personnel managing this Project:Contracting Officer (CO): The CO shall be responsible for all contractual administration of this Project. All transactions of a legal nature, including contractual agreements, amendments, change orders, etc. shall be issued, approved and processed through the CO.Contracting Officer’s Technical Representative (COR): The COR shall be responsible for the AE design management on behalf of the VA and will manage the Project on a day-to-day basis to ensure that that the Project requirements are met according to this Scope of Work.Attachments:C27 - APs layout (Attachment 1)C28 - OIT Codes of Practice (Attachment 2)TASK ORDER TERMS AND CONDITIONSPROJECT SPECIFIC INFORMATIONSOLICITATION MATERIALS: Solicitation materials consist of VA provided Statement of Work, drawings, specifications, Request for Proposal forms (SF1442), and any issued Amendments which will be provided through FBO when issued to all MATOC holders. PROPOSAL SUBMISSION: The following documents are to be included in the RFP submission:One (1) original completed Proposal amount entered in block 17 of the SF1442 Offer page; One (1) Non-Price Factor Proposal, broken-down for Factor 1: Technical, and Factor 2: Experience/Personnel information (see: EVALUATION OF OFFEROR PROPOSALS)One (1) fully completed and signed SF 1442 Offer page, acknowledgment of all amendments either via entering data in block 19 of the SF1442 or completing blocks 15a, b, and c of the Amendment and attaching to the SF 1442 Offer page; One (1) original completed/signed SF 24 Bid Bond (scanned PDF is acceptable for email, with original wet signature original due to the Contracting Officer within 3 calendar days after closing).Offerors are responsible for ensuring and verifying their price and all required documents are received at the email address designated in block 8 of the SF 1442 Solicitation and by the date and time specified in block 13A of the SF 1442 Solicitation (subject to amendment).PROPOSALS ARE TO BE SENT TO:In accordance with FAR 15.203(c), Requests for Proposals, electronic commerce may be used to issue RFPs and to receive proposals, modifications, and revisions. In this case, the RFP shall specify the electronic commerce method(s) that offerors may use (see FAR subpart 4.5).Proposals have been authorized and are to be sent by email to Dario Rissone at HYPERLINK "mailto:Dario.Rissone@" Dario.Rissone@.Solicitation number and title must be in the title of the email.PROJECT TITLE AND NO.: Install Cabling for VA Wireless Network PROJECT LOCATION: VA Palo Alto Health Care System (VAPAHCS) Campus, 3801 Miranda Ave, Palo Alto CA 94304MAGNITUDE OF PROJECT: Less than $25,000 (IAW VAAR 836.204)TYPE CONSTRUCTION: Electrical Contractors and Other Wiring Installation Contractors NAICS: 238210Small Business Size: $15MPERFORMANCE PERIOD: The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 30 calendar days. The time stated for completion shall include final cleanup of the premises.REQUESTS FOR INFORMATION (RFI): To obtain clarifications and/or additional information concerning the contract requirements or specifications, submit a written RFI utilizing the RFI Form included in this RFP, which is to be sent via email to dario.rissone@. See RFI form for specifics.RFI responses will be responded to as necessary in amendment format which will be posted on FBO. Deadline for submission of RFIs for this solicitation is August 29, 2017 at 1:00 PM PST. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephone requests for information will not be accepted or returned.PROPOSAL DUE DATE SCHEDULE: Proposal Volumes and the electronic copy are due by the date and time set for the receipt of proposals shown in Block 13 of the SF 1442. INSTRUCTIONS TO OFFERORS:Proposal received after Sept 6, 2017 at 4:00 PM PST may be rejected.Any exception to the terms and conditions of this RFP will result in a not acceptable proposal.Failure to provide a definitive price or conditioned price will result in a not acceptable proposal. Receipt of Non-Price Factor and Price Proposal must be in accordance with terms and conditions of this RFP. Offerors must acknowledge (in writing only) amendments to this solicitation, otherwise a proposal may be determined not acceptable.The apparent successful offeror must be determined as “responsible” by the Contracting Officer in accordance with FAR Part 9, Contractor Qualifications.SITE VISITOfferor 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 performing these services. In no event shall failure to inspect the site constitute grounds for a claim after contract award. There will only be one organized site visit. It will be held on August 25, 2017 at 10:00AM PST. Meet at Palo Alto Division (PAD) - 3801 Miranda Ave. Palo Alto, California, Building 6, Room 338 – Point of Contact: Ryan Ngo, phone: 650-493-5000 Ext 69888, mobile: 650-665-0161. See Clause 52.236-27.BID GUARANTEE: A bid guarantee is required in an amount not less than 20 percent of the bid price, but shall not exceed $3,000,000.00. Failure to furnish the required bid guarantee in the proper form and amount, by the time set for the opening of bids, will require rejection of the bid in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then.PERFORMANCE & PAYMENT BONDS: In accordance with FAR 28.102-1 and Contract Clause 52.228-15, offerors are reminded that any award amount over $30,000 shall require a Payment Bond (or other acceptable protection – see clause FAR 52.228-13), and awards exceeding $150,000 shall require both Payment and Performance Bonds. All bonds are due no later than 10 calendar days after award.AFFIRMATIVE ACTION GOALS AND GEOGRAPHICAL AREA (reference FAR 52.222-23): Goals for Minority Participation for each trade: 19.6 % Goals for Women Owned Business Participation for each trade: 6.9%The Geographical covered area for this solicitation (project) is: Palo Alto, California (Santa Clara, County)LIQUIDATED DAMAGES: N/ARESTRICTION ON SUBMISSION AND USE OF EQUAL PRODUCTS: ( ) YES or (X) NO (reference VAAR 852.236-90).METRIC PRODUCTS: Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch/pound units, providing they fall within the tolerances specified using conversion tables contained in the latest revision of Federal Standard No. 376B, and all other requirements of this document are met. If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch/pound units, a request should be made to the contracting officer to determine if the product is acceptable. The contracting officer, in concert with the Contracting Officer’s Technical Representative, will accept or reject the product, (reference VA Handbook 0100, Metrics).WAGE DETERMINATION APPLICABLE TO THIS PROJECT: General Decision Number: DBWD NUMBER: DBWD CA170029 08112017 CA29 Dated 08 11 2017RESTRICTION ON SUBMISSION AND USE OF EQUAL PRODUCTS: ( ) YES or ( X ) NO (reference VAAR 852.236-90).BACKGROUND INVESTIGATIONS: All contractor employees are subject to the same level of investigation as VA employees who have access to VA Sensitive Information. The level of background investigation is commensurate with the level of access needed to perform the statement of work. This requirement is also applicable to all subcontractor personnel requiring the same level of access. Levels and associated types of Background Investigations:If the project requires that workers have only limited physical access to the VA facility for a period of one year or less, a local flash badge with fingerprint check is issued.If the project requires that workers require un-supervised, logical and/or physical access for 180 consecutive or aggregate days in a 365 day period, over a 3 year period, a background investigation is required (Special Agency Check) which must be completed prior to being allowed access. If the project requires that workers have un-supervised, full-time, logical, and/or physical access for more than 6 months or more than 180 aggregate days in a one year period, a background investigation is required (Special Agency Check and National Agency Check with Written Inquiries) and access is not allowed until a favorable SAC completion. All costs for SAC and NACI checks are borne by the contractor. The VA will make deductions against the purchase order issued to fund the task order in order to recoup the investigation costs. PRIVACY TRAINING: All workers regardless of project length must take VA Privacy Training which will be coordinated after project award with the Contracting Officer’s Representative.PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL: FAR clause 52.204-9 applies:? Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201.? The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a federally-controlled facility or routine access to a Federal information system.EVALUATION OF OFFEROR PROPOSALS, Lowest-Price, Technically Acceptable (LPTA), SOURCE SELECTION, USING LPTA PROCESS: An evaluation for acceptability will be performed on each proposal, in accordance with FAR 15.101-2(b)(3). The proposal that provides the lowest price and is otherwise technically acceptable in all factors will be selected for award. To be considered technically acceptable, no technical factor in the proposal may be determined to be unacceptable. The failure of a proposal to meet any of the factors will result in a technically unacceptable rating and preclude award.EVALUATION OF THE PRICE PROPOSALS:Price will be evaluated and considered, but will not be scored or combined with other aspects of the proposal evaluation. The proposed prices will be analyzed for reasonableness. They may also be analyzed to determine whether they reflect a clear understanding of the requirements, and are consistent with the information provided by the Offeror. Additionally, all offers will be analyzed for unbalanced pricing.The otherwise technically-acceptable, lowest-priced offeror may be required to confirm its price on either a CLIN, element, or total price basis, and/or provide additional information in support of their price, prior to contract award at the Government’s request and discretion.EVALUATION OF THE NON-PRICE FACTOR PROPOSAL. The Non-Price Factor Proposal will be evaluated based on the criteria below. The Technical Evaluation Board will evaluate each offer’s proposal against the requirements to determine whether the proposal is acceptable or unacceptable, using the ratings and descriptions in the following table:Table A-1. Technical Acceptable/Unacceptable RatingRatingDescriptionAcceptableProposal clearly meets the minimum requirements of the solicitation.UnacceptableProposal does not clearly meet the minimum requirements of the solicitation.FACTOR 1: TECHNICALSUB FACTOR 1: Technical proposal: Provide a Project Plan in any approved Critical Path Method (CPM) format, utilizing Mircosoft Project or similar computer application, subject to the approval by the Resident Engineer, with a Tentative NTP date of 10 days after award. Additionally, provide a brief synopsis (NTE 3 pages) describing your technical solution to augment and support the Project Plan to meet the period of performance accordingly. The Project Plan should clearly demonstrate a complete understanding of the tasks necessary in accordance with all drawings, specifications, and the statement of work for this task order.Provide a submittal with cut sheet of products to be utilized to complete the work.A successful project plan will provide the Government confidence that the project is structured to be executable for the resources indicated. The Project Plan, cost breakdown, and products proposed and project schedule should clearly demonstrate an adequate understanding of the tasks and resources necessary to meet the requirements listed in the drawings, specifications, and the statement of work of this task order. The project plan developed for this solicitation is for evaluation purposes only and to assess the contractor’s ability to meet the required period of performance. Failure to demonstrate the minimally acceptability standards under this factor will result in an“UNACCEPTABLE” rating and possible elimination from further consideration for contract award.FACTOR 2: EXPERIENCE/PERSONNELSUB FACTOR 2.1: EXPERIENCE: The Government will review the project experience of the offeror, including subcontractors, on projects provided in response to Factor 2. Offerors must meet all of the following minimum acceptability standards to receive an “ACCEPTABLE” on this factor:Offeror must have at least three (3) projects that are same/similar to that of the work found in this solicitation; AND They must have been completed, or underway, within the last 5 years. At least two (2) of the projects submitted must be valued at over $10,000.The work that would be same/similar would include primarily installation of fiber optic cable systems.Failure to demonstrate the minimally acceptability standards under this factor will result in an“UNACCEPTABLE” rating and possible elimination from further consideration for contract award.SUB FACTOR 2.2: PERSONNEL: The Government will review the resumes of the key proposed personnel, which may have been provided in response to Sub Factor 2.1. For this proposal, the key personnel functions are: Project Manager, Site Superintendent, Site Safety Manager, and Quality Control Manager. Site Superintendent, Site Safety Manager, and/or Quality Control Manager may function in the same capacity. Please use the attached “Key Personnel” form in conjunction with their resumes. The Offerors must demonstrate all of the following minimum acceptability standards to receive an “ACCEPTABLE” on this factor. The offeror must demonstrate in all resumes that the key personnel proposed have:a degree in the field of work governed by the position they are assigned to (if applicable to the position); ANDa minimum of three (3) years, unless required longer in the specifications, of professional experience in their field; ANDall personnel to have experience on projects working in the position they are assigned to under this contract.site superintendent and quality control manager to have experience on projects same/similar to the work in this solicitation working in the position they are assigned to under this contract.The work that would be same/similar would include primarily installation of fiber optic cable systems.Failure to demonstrate the minimally acceptability standards under this factor will result in an “UNACCEPTABLE” rating and possible elimination from further consideration for contract award.Table A-2. Experience/Personnel Evaluation RatingsRatingDescriptionAcceptableBased on the offeror’s experience/personnel record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.UnacceptableBased on the experience/personnel record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. GENERAL TECHNICAL CRITERIAMaterial omission(s) may cause the technical proposal to be rejected as unacceptable.Proposals which are generic, vague, or lacking in detail may be considered unacceptable. The offeror’s failure to include information that the Government has indicated is necessary should be included may result in the proposal being found deficient if inadequate detail is provided.The Government cannot make award based on a deficient offer. Therefore, receipt of an “UNACCEPTABLE” determination of acceptability for any factor will make the offer ineligible for award, unless the Government elects to enter into discussions with that Offeror and all deficiencies are remedied in a revised proposal.BASIS FOR AWARD: Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. Tradeoffs are not permitted. Proposals are evaluated for acceptability but not ranked using non-price factors.RESPONSIBILITY REQUIREMENTS: A responsibility check will be accomplished for the apparent awardee prior to award. Checks of the VIP database (to insure apparently successful offeror is a verified Service Disabled Veteran Owned Small Business), System for Award Management (SAM) database (Central Contractor Registration, Online Representations and Certifications, and Excluded Parties List System to insure registrations are current, valid, and no debarment records exist), and Experian (to check Supplier Qualifier Rating to insure it is below a risk value of 7). Any information retrieved or received by the Government that would be cause for negative or unsatisfactory responsibility rating may result in the offeror being determined ineligible for award.CONFORMANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS: ?The Contractor shall perform work under this contract consistent with the relevant policy and objectives identified in the agency, organizational, or facility Green Environmental Management System (GEMS) applicable for your contract. The Contractor shall perform work in a manner that conforms to all appropriate Environmental Management Programs and Operational Controls identified by the agency, organizational, or facility GEMS, and provide monitoring and measurement information as necessary for the organization to address environmental performance relative to the environmental, energy, and transportation management goals.?? In the event an environmental nonconformance or noncompliance associated with the contracted services is identified, the contractor shall take corrective and/or preventative actions. ?In the case of a noncompliance, the Contractor shall respond and take corrective action immediately.? In the case of a nonconformance, the Contractor shall respond and take corrective action based on the time schedule established by the facility GEMS Coordinator.? In addition, the Contractor shall ensure that their employees are aware of the roles and responsibilities identified by the environmental management system and how these requirements affect their work performed under this contract. All on-site contractor personnel shall complete yearly EPA sponsored environmental training specified for the type of work conducted on-site.? Upon inclusion in the contract, the Contracting Officer’s Representative will verify that all contractor personnel have acquired EMS Awareness Training at their appropriate site or location.REFERENCES TO VA ENGINEER, RESIDENT ENGINEER, SENIOR RESIDENT ENGINEER, OR PROJECT MANAGER:Any reference contained within solicitation documents such as specifications and drawings to VA Engineer, Resident Engineer, Senior Resident Engineer, Project Manager, or their abbreviations are to instead be read as and substituted with ‘Contracting Officer’s Representative’ (COR).(End of Task Order Terms and Conditions)A.1 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 30 days after receipt of award. The time stated for completion shall include final cleanup of the premises.(End of Clause)A.2 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for— August 25, 2017 at 10:00AM PST (c) Participants will meet at— Palo Alto Campus 3801 Miranda Ave. Palo Alto - POC: Ryan Ngo(End of Provision)See attached document: C27 - APs Layout, VA Wireless Network Map, (Attachment 1).See attached document: C28 - OIT Codes of practice, for VoIP Buildings (Attachment 2).See attached document: TS02 Key Personnel.See attached document: TP07 --- DBWD CA170029 08112017 CA29 Date 11 Aug 2017.See attached document: TS02 RFI Blank for RFP. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download