Veterans Affairs

?

FedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 201058Telematics Installation and Agreement | 32520006VA101V-17-Q-036208-31-201790N2334220Department of Veterans AffairsVeterans Benefits AdministrationOffice of Acquisition1800 G. Street N.W.Washington DC 20006Kolin A. Van Winkle, PhDMultiple locations, see Statement of Work (SOW).44199USAkolin.vanwinkle@kolin.vanwinkle@COMBINED SYNOPSIS SOLICITATIONThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in HYPERLINK "//FSPIH_NT/regs$/Working/far_doc/FAR12.DOC" \l "s126" \t "_self" 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. VA101V-17-Q-0362The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95.This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a 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 NAIC Code for this solicitation is 334220 and the Small Business Size limitation is 1,250 employees. Offers from SDVOB concerns must be registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at HYPERLINK "" at the time date set for receipt of offers shall be considered for award. Offers from SDVOB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award.The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to furnish telematics equipment and monitoring devices and services to the Cleveland VA Regional Offices and outbased offices. The telematics devices are to be installed in the city where the vehicles are located as in the Statement of Work (SOW). CLINDescriptionUNITQtyUnit Price Total Price0001Fleet Manager DevicesEA29$$0002Installation, Staging, Configuration (Onsite, Per Unit)EA29$$0003Category 2 – GPS Tracking & Vehicle Diag (Per Unit)EA29$$0004Base Year ServicesMO12$$1001Option Period OneMO12$$2001Option Period TwoMO12$$3001Option Period ThreeMO12$$4001 Option Period FourMO12$$TOTAL COST OF PROPOSAL:$Description of RequirementSTATEMENT OF WORKTELEMATICS EQUIPMENT AND MONITORING SERVICES FOR GSA VEHICLES CLEVELAND VA REGIONAL OFFICE (325)BACKGROUND This Statement of Work (SOW) is written in order to furnish and install telematics equipment in Government furnished vehicles and to provide monitoring services for these devices. The Department of Veteran Affairs, Cleveland VA Regional Office uses a fleet of 29 General Services Administration (GSA) leased Vehicles to conduct its various operations. These vehicles are located: 6 vehicles are located in Cleveland, Ohio, 1 vehicle in Cincinnati, Ohio, 1 vehicle in Hamilton, Ohio, 1 vehicle in Columbus, Ohio, 2 vehicles in Newington, Connecticut, 1 vehicle in Woonsocket, Rhode Island, 1 vehicle in Litchfield, New Hampshire, 1 vehicle in Loudon, New Hampshire, 1 vehicle in Ewing, New Jersey, 1 vehicle in Blairstown, New Jersey, 1 vehicle in Buffalo, New York, 1 vehicle in Honey Brook, Pennsylvania, 1 vehicle in Endwell, New York, 1 vehicle in Chalfont, Pennsylvania, 1 vehicle in Smyrna, Delaware, 1 vehicle in Greenburg, Pennsylvania, 1 vehicle in Detroit, Michigan, 1 vehicle in Farmington, Michigan, 1 vehicle in Manchester, Michigan, 1 vehicle in Auburn, Michigan, 1 vehicle in Indianapolis, Indiana, 1 vehicle in Brazil, Indiana, 1 vehicle in Sunbury, Ohio. The telematics devices will be installed in the city where the vehicles are located.SCOPEThe contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to furnish telematics equipment and monitoring services to the Cleveland VA Regional Office (RO). The equipment must be capable of capturing the following data as a minimum:SpeedLocation DataIdlingUtilization - Driver will not document utilization. Vehicle Utilization/Mileage shall provide a summary of vehicle activity for the times and vehicles queried. Key performance indicators include but not limited to:Distance TraveledTravel TimeNumber of Stops Counts of landmarks visitedStop DurationIdle TimeCurrent AddressMaintenance Diagnostic Reporting – Diagnostic Trouble Codes. Allows users to proactively receive reports with any reported vehicle diagnostic trouble codes. Examples: EVAP system malfunction, engine misfire, problems with mass air flow (MAF) sensor or circuit, secondary air malfunction. Code will always be provided and the associated description will be included. Ensures managers do not have to wait for drivers to report a check engine lightFuel Consumption - Fuel Economy: distance (miles); travel time; engine time; idle time; idle time over engine time (percentage); fuel efficiency MPG; and CO2 emissions lbs.Driver Behavior: hard brake counts; sharp acceleration count; number of speeding events; and time over RPM; Source - i.e. OBDIIEmissions Data - The Agency will be required to report greenhouse gas emissions by fuel type. The solution will:Allow system users to see type of fuel used by each individual vehicle and create reports.Vehicle report would provide CO2 emissions (lbs.).Report can be run on any/all vehicles and dates selected by the user.GSA Fleet Cars Assigned to Cleveland VA Regional Office STATECITYQUANTITYZIP CODEOhioCleveland644199OhioColumbus143219OhioSunbury143074OhioCincinnati145202OhioHamilton145013ConnecticutNewington 206111Rhode IslandWoonsocket102895New HampshireLitchfield103052New HampshireLoudon103307New JerseyEwing108618New JerseyBlairstown107825New YorkEndwell113760New YorkBuffalo114202PennsylvaniaChalfont118914PennsylvaniaHoney Brook119344PennsylvaniaGreenburg115601MichiganDetroit148226MichiganFarmington148336MichiganManchester148158MichiganAuburn148611IndianaIndianapolis146220IndianaBrazil147834DelawareSmyrna119977The installed equipment shall also possess the capability of being monitored via Contractor supplied computer software of web-based tracking.The contractor shall furnish and install telematics equipment in the vehicles, and provide monitoring services for each of the vehicles. Monitoring services shall be available to the Government 24 hours/day, 7 days/week.Contractor installation of equipment shall take place between the hours of 0800 – 1500, Monday through Friday. Contractor is to coordinate install dates and times in advance with the Contracting Officer.The Contractor shall only contact out-based employees between the hours of 0800 – 1500, Monday through Friday. Any communications outside of these prescribed times and days of the week are strictly prohibited.PERIOD OF PERFORMANCEThe period of performance is for a base period of one-year and four one-year option periods. Performance will commence 30 Days from issuance of the notice to proceedFEDERAL HOLIDAYSThe contractor shall not be required, nor is authorized to perform any work on the following U.S. Government Federal holidays:New Year’s Day, Martin Luther King Jr’s Birthday, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day.Contractor quotes shall include all travel and labor. BILLINGPayment for all services will be made monthly in arrears upon receipt of an itemized invoice containing the following information:VA Contract Number / Obligation NumberCompany Name and AddressInvoice DateInvoice Number (Note: Each Invoice must have a different Invoice Number)Dates of Services performedDescription of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the invoice. Name, title and phone number of company point of contact to notify in case of a defective invoice.HOLIDAYSThe contractor will not be required to perform any work for the government on any of the following federal holidays:New Year’s Day, Martin Luther King Jr’s Birthday, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, and Christmas Day.SERVICE CONTRACT LABOR WAGESThis contract incorporates the wages and fringe benefits of the following wage determinations. Information listed below appears in the order of State/County for each city shown above. StateCity/CountySCA Labor WagesOccupationWage (Including Fringe Benefits)OhioCleveland/ CuyahogaWD- 15-4727Automotive Worker$18.92 + 4.41 = $23.33OhioColumbus/ FranklinWD 15-4729Automotive Worker$19.26 + $4.41 = $23.67OhioSunbury/ DelewareWD 15-4729Automotive Worker$19.26 + $4.41 = $23.67OhioCincinnati/ HamiltonWD 15-4729Automotive Worker$19.26 + $4.41 = $23.67OhioHamilton/ButlerWD 15-4719Automotive Worker$22.26+ $4.41 = $26.67ConnecticutNewington/ HartfordWD 15-4119Automotive Worker$20.21 + $4.41 = $24.62Rhode IslandWoonsocket/ ProvidenceWD 15-4083Automotive Worker$17.60 + $4.41 = $22.01New HampshireLitchfield/ HillsboroughWD 15-4043Automotive Worker$19.07 + $4.41 = $23.48New HampshireLoudon/ MerrimackWD 15-4023Automotive Worker$19.49 + $4.41 = $23.90New JerseyEwing/ MercerWD 15-4201Automotive Worker$27.61 + $4.41 = $32.02New JerseyBlairstown/ WarrenWD 15-4203Automotive Worker$27.31 + $4.41 = $31.72New YorkEndwell/ BroomeWD 15-4145Automotive Worker$17.63 + $4.41 = $22.04New YorkBuffalo/ ErieWD 15-4147Automotive Worker$20.85 + $4.41 = $25.26PennsylvaniaChalfont/ BucksWD 15-5791Automotive Worker$21.11 + $4.41 = $25.52PennsylvaniaHoney Brook/ ChesterWD 15-5791Automotive Worker$21.11 + $4.41 = $25.52PennsylvaniaGreensburg/ WestmorelandWD 15-4235Automotive Worker$17.10 + $4.41 = $21.51MichiganDetroit/ WayneWD 15-4839Automotive Worker$21.84 + $4.41 = $26.25MichiganFarmington/ OaklandWD 15-4867Automotive Worker$21.84 + $4.41 = $26.25MichiganManchester/ WashtenawWD 15-4833Automotive Worker$25.45 + $4.41 = $29.86MichiganAuburn/BayWD 15-4837Automotive Worker$19.51 + $4.41 = $23.92IndianaIndianapolis/MarionWD 15-4787Automotive Worker$19.39 + $4.41 = $23.80IndianaBrazil/ClayWD 15-4801Automotive Worker$19.39 + $4.41 = $23.80DelawareSmyrna/KentWD 15-4217Automotive Worker$21.19 + $4.41 = $25.60Service Contract Labor Wages for CLEVELAND VA REGIONAL OFFICE ONLY The contractor shall pay each employee that performs work under this contract at least the wages and fringe benefits indicated on the Wage Determination and the table above. The Government may require submission of payrolls, conduct labor interviews, or perform other investigations to determine that clients are receiving the wages and fringe benefits required under this contract.SUPERINTENDENCE OF CONTRACTORThe contractor shall, at all times and while work is being performed under this contract, provide supervision and superintendence of workers under this contract. The contractor shall also provide superintendence of all prime and subcontractor work performed, regardless of whether or not the subcontractor is providing his or her own superintendence. CHANGESAny changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through actions of parties other than the Contracting Officer shall be borne by the contractor. FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda:52.252-1Solicitation Provisions Incorporated By Reference (FEB 1998)VAAR 852.270-1Representatives of Contracting Officers (JAN 2008)FAR 52.212-2, Evaluation – Commercial Items, applies to this solicitation. Offers will be evaluated on price only. FAR 52.212-3, Offeror Representations and Certifications – Commercial Items 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 applies to this solicitation. The following provisions and clauses are added as addenda:52.252-2 Clauses Incorporated By Reference (FEB 1998)52.204-9Personal Identity Verification of Contractor Personnel (JAN 2011)Insurance – Work on a Government Installation (JAN 1997)(a) Workers’ compensation and employer’s liability. Contractors are required to comply with applicable Federal and State workers’ compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer’s liability section of the insurance policy, except when contract operations are so commingled with a contractor’s commercial operations that it would not be practical to require this coverage. Employer’s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers’ compensation to be written by private carriers. (See HYPERLINK "" \l "P360_59481" 28.305(c) for treatment of contracts subject to the Defense Base Act.)(b) General liability.(1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.(2) Property damage liability insurance shall be required only in special circumstances as determined by the agency.(c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims.52.232.40Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)VAAR 852.203-70 Commercial Advertising (JAN 2008)VAAR 852.219-10VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) (JUL 2016)Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VAAR Clause 852.219-10, VA Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO 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 CO 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 CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.VAAR 852.232-72Electronic Submission of Payment Requests (NOV 2012)VAAR 852.237-70Contractor Responsibilities (APR 1984)52.212-5, Terms and Conditions Required to Implement Executive Orders – Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation:Paragraph b clauses applicable:(4) 52.204-10Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2015)(8)52.209-6Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)(22)52.219-28Post-Award Small Business Program Representation (DEC 2015)(27)52.222-21Prohibition of Segregated Facilities (FEB 1999)(28)52.222-26Equal Opportunity (APR 2015)(30)52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014)(33)52.222-50Combating Trafficking in Persons (MAR 2015)(44)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)(51)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008)(58)52.232-34Payment by Electronic Funds Transfer – Other than Central Contractor Registry (MAY 1999)Paragraph c clauses applicable:(1)52.222-41Service Contract Labor Standards (MAY 2014)(2)52.222-42Statement of Equivalent Rates for Federal Hires (MAY 2014)(THIS IS NOT A WAGE DETERMINATION)EMPLOYEE CLASSWAGE + FRINGE BENEFITSAutomotive Tech II - 05070 WG-8(8)52.222-55Minimum Wages Under Executive Order 13658 (JAN 2017)(9)52.222-62Paid Sick Leave Under Executive Order 13706 (JAN 2017)N/AN/AOffers are due not later than September 08, 2017 at 2:00 PM Eastern Standard Time. Offers must be submitted electronically to HYPERLINK "mailto:kolin.vanwinkle@" kolin.vanwinkle@ . For additional information, please contact the Contracting Officer, Dr. Kolin A. Van Winkle, Contracting Officer, or by e-mail to HYPERLINK "mailto:kolin.vanwinkle@" kolin.vanwinkle@ ................
................

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

Google Online Preview   Download